HomeMy WebLinkAbout25-03-C Executed Contract.pdf SPECIFICATIONS
HOUGHTON CANAL BRIDGE REPLACEMENT AT
N. CHATEAU FRESNO AVENUE
N. CHATEAU FRESNO AVENUE, 0.5 MILES SOUTH OF BELMONT
AVENUE
BRIDGE NUMBER: 42CO695
FEDERAL PROJECT NUMBER: BRLO-5942(237)
BUDGET / ACCOUNT: 4510 / 7370
i856 O Department ofPublic Works and Planning
FRESH
Contract Number 25-03-C
coU�
n
County of Fresno
DEPARTMENT OF PUBLIC WORKS AND PLANNING
O 1856� STEVEN E. WHITE, DIRECTOR
10
May 28, 2025 Contract No. 25-03-C
ADDENDUM NO. 1 to HOUGHTON CANAL BRIDGE REPLACEMENT ON N. CHATEAU
FRESNO AVENUE, revising the Bidding and Contract Documents as follows:
TABLE OF CONTENTS
No changes
NOTICE TO BIDDERS
DELETE: Working Days (Subsection 8-1.04C):
REPLACE with: Working Days (Subsection 8-1.04B):
DELETE:
Federal Minimum Wage Rate: General Decision Number CA20250018,
Dated 3/21/2025
REPLACE with:
Federal Minimum Wage Rate: General Decision Number CA20250018,
Dated 5/23/2025
DELETE: DBE Contract Goal: Twenty-four percent (24%)
REPLACE with: DBE Contract Goal: Twenty-one percent (21%)
ADD:
The County of Fresno Board of Supervisors made a public interest finding on
January 28, 2025, which determined that the following items shall be used for
this project and no substitution shall be allowed:
Barrier Systems by Lindsay Universal TAU-M Crash Cushion
Distributor: Statewide Safety and Signs
3049 S. Golden State Frontage Road, Fresno, CA 93725
Contact: Gregory Petrosian
Phone: (559) 291-8500
Email: gpetrosian(cD_statewidess.com
Road Systems Inc. Flare End Terminal Type MFLEAT (MASH-compliant Flared
Energy Absorbing Terminal)
Distributor: Universal Industrial Sales, Inc.
Addendum No. 1 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 1 of 3
PO Box 699 Pleasant Grove, Utah 84062
Contact: Buffy Pollard
Phone: (801) 785-0505
Email: bpol lard(a)-uisutah.com
SPECIAL PROVISIONS
No changes
FEDERAL REQUIREMENTS
No changes
PROJECT DETAILS
No changes
PROPOSAL/BID BOOK: PAPER
DELETE: Bid Item List - Proposal 2
REPLACE with: Bid Item List - Proposal 2A
Item 1 "Builder's All-Risk Insurance" was changed to "Builder's Risk Insurance."
PROPOSAL/BID BOOK: BID EXPRESS
General Info
DELETE: The DBE Contract Goal is 24 percent.
REPLACE with: The DBE Contract Goal is 21 percent.
Proposal
DELETE: Bid Item List - Proposal 2
REPLACE with: Bid Item List - Proposal 2A
Item 1 "Builder's All-Risk Insurance" was changed to "Builder's Risk Insurance."
AGREEMENT
DELETE:
E. Course of Construction (Builder's All Risk)
Course of Construction Insurance in an amount equal to the Contractor's total bid for
the project including the base bid and all additive bid(s), if any, with no coinsurance
Addendum No. 1 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 2 of 3
penalty provision. The policy shall include coverage for earthquakes in excess of
magnitude 3.5 up to $1,000,000 per occurrence and for flood damage up to
$1,000,000 per occurrence. Full compensation for providing this insurance shall be
considered to be included in the contract price bid therefor. Prior to commencing
with construction of the project, the Contractor will be required to provide
proof of such insurance.
REPLACE with:
E. Course of Construction (Builder's Risk)
Course of Construction Insurance in an amount equal to the Contractor's total bid for
the project including the base bid and all additive bid(s), if any, with no coinsurance
penalty provision. Full compensation for providing this insurance shall be considered
to be included in the contract price bid therefor. Prior to commencing with
construction of the project, the Contractor will be required to provide proof of
such insurance.
PLANS
No changes
END OF ADDENDUM NO. 1
--------------------------------------------------------------------------------------------------------------------
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.
28/05/25
, FgOFESS/p Date Signed
o No.C80424
C/V ��,
CALF
Supervising Engineer:
0--11,-,
Joseph C. Harrell, PE C80424
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
Addendum No. 1 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 3 of 3
Fresno County Department of Public Works and Planning
Bid Item List - Proposal 2A
Contract#
25-03-C
Contract Name
Houghton Canal Bridge Replacement at N. Chateau Fresno Avenue
Location
N. Chateau Fresno Avenue, 0.5 miles south of Belmont Avenue
Bid Items
Item ID Quantity Unit Unit Price Total
Description
1 1 LS Is $
Builder's Risk Insurance
2 5 EA Is $
Federal Trainee Program
3 1 LS Is $
Lead Compliance Plan
4 1 LS Is $
Bird Exclusion Plan
5 1 LS Is $
Install and Maintain Bird Exclusion Devices
6 1 LS Is $
Traffic Control
7 1 LS Is F$ —
Construction Site Management
8 1 LS Is $
Prepare & Implement SWPPP
9 900 $ $1.00 F$900.00
State Water Resources Control Board N.O.I. Fee
Bid Item List 5/28/2025
25-03-C Proposal 2A Page 1 of 5
Item ID Quantity Unit Unit Price Total
Description
10 1 EA Is $
Storm Water Annual Report
11 12 EA Is $
Permanent Erosion Control Establishment Inspection
12 10,000 $ $1.00 F$101000-00
Permanent Erosion Control Establishment Work
13 8 EA Is $
Storm Water Sampling and Analysis Day
14 1 LS Is $
Job Site Water Control & Diversion
15 1 EA Is $
Reset Section Corner Monument
16 1 LS Is $
Clearing and Grubbing
17 986 CY Is Fs
Roadway Excavation - Final Pay Item
18 658 CY Is $
Subgrade Prep- Final Pay Item
19 13,964 CY Is $
Imported Borrow- Final Pay Item
20 13,964 CY Is $
Place&Compact Embankment- Final Pay Item
21 35 EA Is $
Relocate Irrigation 'Alfalfa'Valves
22 42,284 SF Is F$ —
Hydroseeding
Bid Item List 5/28/2025
25-03-C Proposal 2A Page 2 of 5
Item ID Quantity Unit Unit Price Total
Description
23 6 SY Is $
Cold Plane HMA
24 1 LS Is $
Finishing Roadway
25 1,398 CY Is $
Class II Aggregate Base- Final Pay Item
26 1,112 TON Is $
Asphalt Concrete (Type'A')
27 2 EA Is $
Irrigation Turnout
28 1 EA Is $
Irrigation Box
29 2 EA Is $
Project Funding Signs
30 114 LF Is $
10" Plastic Irrigation Pipe
31 820 LF Is F$ -
18" Plastic Irrigation Pipe
32 29 LF Is $ 1
18" Rubber Gasket Reinforced Concrete Pipe
33 303 LF Is $ 1
24" Plastic Irrigation Pipe
34 137 LF Is $ 1
24" Rubber Gasket Reinforced Concrete Pipe
35 1 LS Is F$ —
Safety Access Ladder
Bid Item List 5/28/2025
25-03-C Proposal 2A Page 3 of 5
Item ID Quantity Unit Unit Price Total
Description
36 95 CY Is $
Rock Slope Protection (150LB, Class III, Method B)
37 223 SY Is $
Geotextile Filter Fabric
38 3 EA Is $
Relocate Mailbox
39 126 LF Is $
Guard Rail System (WB-31)
40 2 EA Is $
Type MFLEAT-MGS Terminal System
41 2 EA Is $
Crash Cushion System -Tau M
42 1,393 LF Is $
4"Thermoplastic Traffic Stripe (Yellow)Caltrans Std A20A, Detail 21
43 2,786 LF Is $
4"Thermoplastic Traffic Stripe (White) Caltrans Std A2013, Detail 27B
44 1 LS Is $
PG&E Gas Line Excavation
45 1 LS Is $
Ground Penetration Radar, Utility Coordination, &Other Utilities
46 2 CY Is $
Minor Concrete
47 70 CY Is $
Structure Excavation (Bridge)- Final Pay Item
Bid Item List 5/28/2025
25-03-C Proposal 2A Page 4 of 5
Item ID Quantity Unit Unit Price Total
Description
48 60 CY Is $
Structure Backfill (Bridge)- Final Pay Item
49 302 LF Is $ 1
36" Cast-in-Drilled-Hole Concrete Piling
50 1 LS Is $
Prestressing CIP Concrete
51 80 CY Is $
Structural Concrete, Bridge- Final Pay Item
52 100 CY Is $
Structural Concrete, Bridge (Polymer Fiber)- Final Pay Item
53 71 LF Is F$ —
Joint Seal (MR=1")
54 66,000 LB Is F$ —
Bar Reinforcing Steel (Bridge)- Final Pay Item
55 1 LS Is Fs
Bridge Removal - Final Pay Item
56 160 CY Is $
Concrete (Channel Lining)- Final Pay Item
57 90 LF Is $
Concrete Barrier(Type 836)- Final Pay Item
58 1 LS Is $
Mobilization (10%)
Bid Items Total (Items 1 through 58): $
Bid Item List 5/28/2025
25-03-C Proposal 2A Page 5 of 5
co
County of Fresno
0 1s56 DEPARTMENT OF PUBLIC WORKS AND PLANNING
STEVEN E. WHITE, DIRECTOR
June 2, 2025 Contract No. 25-03-C
ADDENDUM NO. 2 to HOUGHTON CANAL BRIDGE REPLACEMENT ON N. CHATEAU
FRESNO AVENUE, revising the Bidding and Contract Documents as follows:
TABLE OF CONTENTS
No changes
NOTICE TO BIDDERS
No changes
SPECIAL PROVISIONS
Section 5-1.36G(6) Permits
DELETE:
A $25,000.00 security deposit is required to secure any work within FID's easements
for canals and pipelines used for the diversion and disposal of floodwaters.
REPLACE with:
A $50,000.00 security deposit is required to secure any work within FID's easements
for canals and pipelines used for the diversion and disposal of floodwaters.
FEDERAL REQUIREMENTS
No changes
PROJECT DETAILS
No changes
PROPOSAL/BID BOOK: PAPER
No changes
PROPOSAL/BID BOOK: BID EXPRESS
No changes
AGREEMENT
No changes
Addendum No. 2 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 1 of 2
PLANS
No changes
END OF ADDENDUM NO. 2
--------------------------------------------------------------------------------------------------------------------
Please attach this Addendum to the inside cover of the Specifications booklet. If you
have given the Bidding and Contract Documents to someone else, please forward this
Addendum.
02/06/25
QFtOFESSIO Date Signed
o�No.C80424
c/V
q� OF CPS-�C "
Supervising Engineer: q4q"�_
N � �
Joseph C. Harrell, PE C80424
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
Addendum No. 2 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 2 of 2
co
County of Fresno
0 1s56 DEPARTMENT OF PUBLIC WORKS AND PLANNING
STEVEN E. WHITE, DIRECTOR
June 3, 2025 Contract No. 25-03-C
ADDENDUM NO. 3 to HOUGHTON CANAL BRIDGE REPLACEMENT ON N. CHATEAU
FRESNO AVENUE, revising the Bidding and Contract Documents as follows:
TABLE OF CONTENTS
No changes
NOTICE TO BIDDERS
No changes
SPECIAL PROVISIONS
Bid Items and Applicable Sections
DELETE:
839543 GUARD RAIL SYSTEM (WB-31) LF 83
REPLACE with:
839544 TRANSITION RAILING (TYPE AGT) & GUARDRAIL LF 83
Standard Special Provisions
Replace section 65-2.04 with the following:
Concrete pipe shall be measured by the lineal foot. The contract price paid for
concrete pipe shall include full compensation for furnishing all labor, materials, tools,
equipment, fittings, and incidentals, and for doing Contract Number 25-03-C all the
work involved in installing pipe, complete in place, including excavation and backfill,
standpipes and appurtenances, installing all fittings and appurtenances, and
connecting new pipe to existing and/or new facilities and/or pipes, including concrete
collars and reinforcement, dissimilar pipe couplers, as shown on the plans, as
specified in the 2023 Standard Specifications and the Special Provisions, and as
directed by the Engineer. Standpipes shall paid by the lineal foot. Payment of
standpipes shall be at the rate of the adjoining pipe run multiplied by three.
FEDERAL REQUIREMENTS
No changes
PROJECT DETAILS
No changes
Addendum No. 3 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 1 of 2
PROPOSAL/BID BOOK: PAPER
DELETE: Bid Item List - Proposal 2A
REPLACE with: attached Bid Item List - Proposal 2B
Item 39 "Guard Rail System (WB-31)," quantity "126 LF" was changed to "Transition
Railing (Type AGT) & Guardrail," quantity "56 LF".
PROPOSAL/BID BOOK: BID EXPRESS
DELETE: Bid Item List - Proposal 2A
REPLACE with: Bid Item List - Proposal 2B
Item 39 "Guard Rail System (WB-31)," quantity "126 LF" was changed to "Transition
Railing (Type AGT) & Guardrail," quantity "56 LF".
AGREEMENT
No changes
PLANS
No changes
END OF ADDENDUM NO. 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.
�� PRCC SSIC 03/06/25
Date Signed
o No.C80424
�q t� OF CALF
Supervising Engineer: 1 �
Joseph C. Harrell, PE C80424
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
Addendum No. 3 HOUGHTON CANAL BRIDGE REPLACEMENT
ON N. CHATEAU FRESNO AVENUE
Contract No. 25-03-C Page 2 of 2
Fresno County Department of Public Works and Planning
Bid Item List - Proposal 2B
Contract#
25-03-C
Contract Name
Houghton Canal Bridge Replacement at N. Chateau Fresno Avenue
Location
N. Chateau Fresno Avenue, 0.5 miles south of Belmont Avenue
Bid Items
Item ID Quantity Unit Unit Price Total
Description
1 1 LS Is $
Builder's Risk Insurance
2 5 EA Is $
Federal Trainee Program
3 1 LS Is $
Lead Compliance Plan
4 1 LS Is $
Bird Exclusion Plan
5 1 LS Is $
Install and Maintain Bird Exclusion Devices
6 1 LS Is $
Traffic Control
7 1 LS Is $
Construction Site Management
8 1 LS Is $
Prepare & Implement SWPPP
9 900 $ $1.00 1 $900.00
State Water Resources Control Board N.O.I. Fee
Bid Item List 6/3/2025
25-03-C Proposal 2B Page 1 of 5
Item ID Quantity Unit Unit Price Total
Description
10 1 EA Is Fs
Storm Water Annual Report
11 12 EA Is $
Permanent Erosion Control Establishment Inspection
12 10,000 $ $1.00 1 F$101000.00
Permanent Erosion Control Establishment Work
13 8 EA Is $
Storm Water Sampling and Analysis Day
— I14 1 LS Is $
Job Site Water Control & Diversion
— I15 1 EA Is $
Reset Section Corner Monument
16 1 LS Is $
Clearing and Grubbing
17 986 CY Is $
Roadway Excavation - Final Pay Item
18 658 CY Is $
Subgrade Prep- Final Pay Item
19 13,964 CY Is $
Imported Borrow-Final Pay Item
20 13,964 CY Is $
Place &Compact Embankment- Final Pay Item
21 35 EA Is $
Relocate Irrigation 'Alfalfa'Valves
22 42,284 SF Is $
Hydroseeding
Bid Item List 6/3/2025
25-03-C Proposal 2B Page 2 of 5
Item ID Quantity Unit Unit Price Total
Description
23 6 SY Is Fs
Cold Plane HMA
24 1 LS Is $
Finishing Roadway
25 1,398 CY Is $
Class II Aggregate Base- Final Pay Item
26 1,112 TON Is $
Asphalt Concrete (Type'A')
27 2 EA Is $
Irrigation Turnout
28 1 EA Is $
Irrigation Box
29 2 EA Is $
Project Funding Signs
30 114 LF Is $
10" Plastic Irrigation Pipe
31 820 LF Is $
18" Plastic Irrigation Pipe
32 29 LF Is $
18" Rubber Gasket Reinforced Concrete Pipe
33 303 LF Is $ 1
24" Plastic Irrigation Pipe
34 137 LF Is $ 1
24" Rubber Gasket Reinforced Concrete Pipe
35 1 LS Is $
Safety Access Ladder
Bid Item List 6/3/2025
25-03-C Proposal 2B Page 3 of 5
Item ID Quantity Unit Unit Price Total
Description
36 95 CY Is Fs
Rock Slope Protection (150LB, Class III, Method B)
37 223 SY Is Fs
Geotextile Filter Fabric
38 3 EA Is $
Relocate Mailbox
39 56 LF Is $
Transition Railing (Type AGT)&Guardrail
40 2 EA Is $
Type MFLEAT-MGS Terminal System
41 2 EA Is $
Crash Cushion System-Tau M
42 1,393 LF Is $ 1
4"Thermoplastic Traffic Stripe (Yellow)Caltrans Std A20A, Detail 21
43 2,786 LF Is $ 1
4"Thermoplastic Traffic Stripe (White)Caltrans Std A20B, Detail 27B
44 1 LS Is $
PG&E Gas Line Excavation
45 1 LS Is $
Ground Penetration Radar, Utility Coordination, & Other Utilities
46 2 CY Is $
Minor Concrete
47 70 CY Is $
Structure Excavation (Bridge)- Final Pay Item
Bid Item List 6/3/2025
25-03-C Proposal 2B Page 4 of 5
Item ID Quantity Unit Unit Price Total
Description
48 60 CY Is Fs
Structure Backfill (Bridge)- Final Pay Item
49 302 LF Is Fs 1
36" Cast-in-Drilled-Hole Concrete Piling
50 1 LS Is $
Prestressing CIP Concrete
51 80 CY Is Fs
Structural Concrete, Bridge- Final Pay Item
52 100 CY Is $
Structural Concrete, Bridge (Polymer Fiber)- Final Pay Item
53 71 LF Is $
Joint Seal (MR=1")
54 66,000 LB Is $
Bar Reinforcing Steel (Bridge)- Final Pay Item
55 1 LS Is $ -I
Bridge Removal - Final Pay Item
56 160 CY Is $
Concrete (Channel Lining)- Final Pay Item
— I57 90 LF Is $
Concrete Barrier(Type 836)- Final Pay Item
58 1 LS Is $
Mobilization (10%)
Bid Items Total (Items 1 through 58): $
Bid Item List 6/3/2025
25-03-C Proposal 2B Page 5 of 5
TABLE OF CONTENTS
COVER SHEET
COUNTY ADOPTION AND ACKNOWLEDGMENT
Engineer's Signature
Consultant's Signature
NOTICE TO BIDDERS
BID ITEMS AND APPLICABLE SECTIONS
SPECIAL PROVISIONS
FEDERAL REQUIREMENTS
Federal Requirements for Federal Aid Construction Projects
Federal Forms
PROJECT DETAILS / DRAWINGS
Location Map
Construction Funding Signs Detail
Advance Notification Signs (ANS) Detail
Crash Cushion Cable Restraint System Detail
Potholing Results
FID Encroachment Permit
Bridge Closure Barrier Detail
Limits Of Work Map
Self-Dealing Transactions Disclosure Form
BID BOOK
Instructions for Completing the Bid Book
Bidder's Declaration
Bid Form
Evaluation of Bid Item List
Bid Security and Signature
Non-Collusion Declaration
Public Contract Code
Subcontractor List
General Requirements for In-Use Off-Road Diesel-Fueled Fleets
Certifications
DBE Forms
Bidder's List of Subcontractors
Guaranty
AGREEMENT
Agreement
Exhibit A— Required Federal Aid Contract Language (Exhibit 12-G and Form 1273)
Exhibit B — Minimum Federal Wage Rates Determination
Contract Number 25-03-C
COUNTY ADOPTION AND ACKNOWLEDGEMENT
PROJECT: HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO
AVENUE
CONTRACT NUMBER: 25-03-C
Brain Pacheco 1st District
Garry Bredefeld, Vice Chairman 2nd District
Luis Chavez 3rd District
Ernest "Buddy" Mendes, Chairma 4th District
Nathan Magsig 5th District
Paul Nerland, County Admin' tr tive Officer
� 2
Steven E. White, Director ate
Department of Public Works and Planning
Date Signed:
QROFESS/p,�,,_
o�No.C80424
0 r
O/V
OF �C3"
Supervising Engineer: f
FRESNO COUNTY
Jays\ph C. Harrell, PE C80424
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
COUNTY ADOPTION AND ACKNOWLEDGEMENT
PROJECT: HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO
AVENUE
CONTRACT NUMBER: 25-03-C
' RVFESS/ON l
Date Signed: 5/9/2025
qTF OF C A�-����
Consultant Engineer:
Shawn M. Cullers, SE S5561
CORNERSTONE STRUCTURAL ENGINEERING GROUP
986 W Alluvial Ave
Fresno, CA 93711
COUNTY OF FRESNO STATE OF CALIFORNIA
NOTICE TO BIDDERS
Contract Name: HOUGHTON CANAL BRIDGE
REPLACEMENT AT N. CHATEAU FRESNO
AVENUE
Project Location: N. CHATEAU FRESNO AVENUE, 0.5 MILES
SOUTH OF BELMONT AVENUE
Contract Number: 25-03-C
Bid Opening Date & Time: Thursday, June 5, 2025
2.00 P.M. (1400 hours and 00 seconds)
Sealed Proposals / Bids Received at EITHER (choose ONE):
https://www.bidexpress.com/businesses/36473/home
or
Department of Public Works and Planning
Office of the Design Engineer
2220 Tulare St., 7th Floor
Fresno, CA 93721
The work to be done consists, in general, of widening and reconstructing the approach road,
realigning and reconstructing canal access roads, relocating irrigation lines, and replacing the
structurally deficient two-lane bridge with a standard two-lane bridge. The Houghton Canal Bridge
on Chateau Fresno Avenue (Bridge No. 42C0486/42C0695, 04-030) is located 0.5 miles south of
Belmont Avenue in Fresno, CA and has been closed since 2023. The new bridge structure will
consist of Cast-In-Place, Pre-Stressed concrete slabs which will be supported by a Cast-In-Drill-
Hole concrete pile foundation.
Pre-bid Conference: Not Mandatory
10:00 A.M. on Thursday, May 15, 2025
Online (link will be posted on the planholders website)
Planholders Website: "Contractor Bidding Opportunities"
http://www.fresnocountyca.gov/planholders
Requests for Clarification (RFC) Deadline & Form:
http://www.fresnocountVca.gov/Departments/Public-
Works-and-Planning/Construction-Bidding-
Opportunities/25-03-C-Houghton-Canal-Bridge-
Replacement-on-N-Chateau-Fresno-Ave/Request-for-
Clarification-Form
no later than 2:00 p.m. on the seventh (7th) calendar
day before bid opening
Bid Submission Questions: Des ignServices(o-)fresnocountyca.gov
(559) 353-4919 or (559) 600-4543
Request to be Added to Planholders Form: https://www.fresnocountyca.gov/Departments/Public-
Works-and-Planning/Construction-Bidding=
Opportunities/Request-to-Be-Added-to-the-
Planholders-List-Form
Engineer's Estimate Range: $4,200,000 - $4,800,000
Working Days (Subsection 8-1.04C): First order of work within one hundred forty (140)
working days — Bridge Construction
Second order of work within two hundred forty (240)
working days — Plant Establishment
Required Valid California Contractor's License:
Class A (General Engineering)
Bridge Number: 42C0695
Federal/State Project Number: BRLO-5942(237)
DBE Contract Goal: Twenty-four percent (24%)
Required Number of Trainees: Five (5)
Federal Minimum Wage Rate: General Decision Number CA20250018, Dated
3/21/2025
Basis of Bid: 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.
Project Details: Electronic copies, in ".pdf"file format, of the official project plans and specifications,
bid books and proposal sheets, as well as cross sections and such additional supplemental project
information as may be provided, are available to view, download, and print on the Planholders
website.
This project is funded by Highway Bridge Program (HBP).
Bid Opening: 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 on the project website) for
construction in accordance with the project specifications therefor. A bid summary of the bids
received will be posted to the project's website, generally within twenty-four (24) hours of the bid
opening.
Planholders: Bidders may fill out a Request to be Added to Planholders list at the link listed above.
Requesters will then be listed as a planholder for the project on the website and receive notifications
and addenda issued for the project. Prospective bidders may also select the project on
www.BidExpress.com. Those that demonstrate interest in the project will be added to the
planholders list, and receive notifications and addenda issued for the project. Planholder and
exchange/publication names may be obtained from the County of Fresno Planholders website listed
above.
Requests for Clarification (RFC) & Addenda: All questions regarding this project shall be in
writing and shall be received by the Department of Public Works and Planning (Department), no
later than the deadline listed above and shall be submitted on the "Request for Clarification Form"
provided on our website above. Any questions received after this deadline may not receive a
response. 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 calendar days listed above before the revised bid opening
date. Questions and their responses will be posted on our website under "Request for Clarification
Responses."
Contract Number 25-03-C Notice to Bidders - 2
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.
Any oral explanation or interpretations given to this project are not binding.
Bid Submission Instructions: 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 County of Fresno website.
Electronic bids shall be submitted via the Bid Express website.
Hardcopy bids shall be submitted in a sealed envelope addressed to the "Department of Public
Works and Planning, Office of the Design Engineer" and labeled with the name of the bidder,
contract number, name of the project, and the statement "Do Not Open Until The Time Of Bid
Opening."
Bid Security: Bid security in the amount of ten percent (10%) 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 "Department of Public
Works and Planning, Office of the Design Engineer" and labeled with the name of the bidder,
contract number, name of the project, and the statement "Do Not Open Until The Time Of Bid
Opening — BID BOND."
Each bond specified in this Notice shall be issued by a surety company designated as an admitted
surety insurer in good standing with and authorized to transact business in this state by the
California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned
that representations made by surety companies will be verified with the California Department of
Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of
a proposed surety company, may require the surety company to provide additional information
supported by documentation. The County generally requires such information and documentation
whenever the proposed surety company has either a Best's Key Rating Guide of less than A and a
financial size designation of less than Vill. Provided, however, that the County expressly reserves
its right to require all information and documentation to which the County is legally entitled from any
proposed surety company.
Federal Project Requirements: 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, as required by federal law,
Disadvantaged Business Enterprise (DBE) requirements are included in Section 2, "Bidding," under
subsection 2-1.12 "Disadvantaged Business Enterprises".
This project is subject to the federal suspension and debarment requirements (2 CFR, part
180). No contract shall be awarded to a contractor who has been debarred, suspended, or
otherwise excluded from or ineligible for participation in Federal assistance programs or
Contract Number 25-03-C Notice to Bidders - 3
activities. Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards (2 CFR, part 200) also apply to this project.
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.
This project is subject to the Cargo Preference Act and implementing regulations (46 CFR
Part 381) to the Federal Highway Program.
The Federal minimum wage rates for this project as predetermined by the United States Secretary
of Labor are set forth in the General Decision Number listed above, 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. 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. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid
rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8.00 a.m.
and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071. 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 DOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the DOT Inspector
General. All information will be treated confidentially and caller anonymity will be respected.
Additional Information and Requirements: 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.
This project is subject to the contracting requirements and implementing regulations as amended in
Title 13, Section 2449 General Requirements for In-Use Off-Road Diesel-Fueled Fleets, of the
California Code of Regulations (13 CCR § 2449(i)). Bidders must submit a valid Certificate of
Reported Compliance (CRC) issued by the California Air Resources Control Board at the time of
bidding. Bidders are responsible for submitting their listed subcontractors' CRCs and any supporting
documentation within five (5) calendar days of the bid opening. Failure to submit the required CRCs
may render a bid non-responsive.
Contract Number 25-03-C Notice to Bidders - 4
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 (6th) 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 successful bidder shall furnish a faithful performance bond in the amount of one hundred
percent (100%) of the contract amount and a payment bond in the amount of one hundred percent
(100%) 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.
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 6, 2025
Contract Number 25-03-C Notice to Bidders - 5
Bid Items and Applicable
Sections
Contract Number 25-03-C
PROJECT: HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO
AVENUE
CONTRACT NUMBER: 25-03-C
Bid Items and Applicable Sections
ITEM ITEM DESCRIPTION UNIT SECTION
NO
C000100 COURSE OF CONSTRUCTION INSURANCE (BUILDER'S ALL-RISK) LS ---
0500100 PG&E GAS LINE EXCAVATION LS 05
0500200 GROUND PENETRATION RADAR, UTILITY COORDINATION, LS 05
& OTHER UTILITIES
066015 FEDERAL TRAINEE PROGRAM LS 06
070030 LEAD COMPLIANCE PLAN LS 07
120000 TRAFFIC CONTROL LS 12
120089A CONSTRUCTION PROJECT FUNDING SIGN EA 12
130000 SWRCB NOTICE OF INTENT FILING FEE $ 13
130100 CONSTRUCTION SITE MANAGEMENT LS 13
130300 PREPARE AND IMPLEMENT SWPPP LS 13
130320 STORM WATER SAMPLING AND ANALYSIS DAY EA 13
130330 STORM WATER ANNUAL REPORT EA 13
130400 JOB SITE WATER CONTROL & DIVERSION LS 13
140101A BIRD EXCLUSION PLAN LS 14
140102A INSTALL AND MAINTAIN BIRD EXCLUSION DEVICES LS 14
160110 TEMPORARY HIGH-VISIBILITY FENCE LF 16
170103 CLEARING AND GRUBBING LS 17
190101 ROADWAY EXCAVATION CY 19
190103 SUBGRADE PREP CY 19
192037 STRUCTURE EXCAVATION (BRIDGE) CY 19
193013 STRUCTURE BACKFILL (BRIDGE) CY 19
198010 IMPORTED BORROW CY 19
198050 PLACE & COMPACT EMBANKMENT CY 19
208700 RELOCATE IRRIGATION 'ALFALFA' VALVES EA 20
PROJECT: HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO
AVENUE
CONTRACT NUMBER: 25-03-C
210430 HYDROSEEDING SQFT 21
211111 PERMANENT EROSION CONTROL ESTABLISHMENT EA 21
INSPECTION
211112 PERMANENT EROSION CONTROL ESTABLISHMENT WORK $ 21
220101 FINISHING ROADWAY LS 22
260203 CLASS II AGGREGATE BASE CY 26
390133 ASPHALT CONCRETE (TYPE A) TON 39
398200 COLD PLANE HMA SQYD 39
490605 36" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 49
500001 PRESTRESSING CIP CONCRETE LS 50
510053 STRUCTURAL CONCRETE, BRIDGE CY 51
510054 STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) CY 51
510501 MINOR CONCRETE CY 51
510510 IRRIGATION TURNOUT EA 51
510511 IRRIGATION BOX EA 51
519088 JOINT SEAL (MR=1") LF 51
520102 BAR REINFORCING STEEL (BRIDGE) LB 52
600097 BRIDGE REMOVAL LS 60
641106 10" PLASTIC IRRIGATION PIPE LF 64
641107 18" PLASTIC IRRIGATION PIPE LF 64
641113 24" PLASTIC IRRIGATION PIPE LF 64
650014 18" RUBBER GASKET REINFORCED CONCRETE PIPE LF 65
650018 24" RUBBER GASKET REINFORCED CONCRETE PIPE LF 65
700101A SAFETY ACCESS LADDER LS 70
721430 CONCRETE (CHANNEL LINING) CY 72
723060 ROCK SLOPE PROTECTION (1501b, CLASS III, METHOD B) CY 72
729010 GEOTEXTILE FILTER FABRIC SQYD 72
780100A RESET SECTION CORNER MONUMENT EA 78
782120 RELOCATE MAILBOX EA 78
PROJECT: HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO
AVENUE
CONTRACT NUMBER: 25-03-C
839543 GUARD RAIL SYSTEM (WB-31) LF 83
839585 TYPE MFLEAT-MGS TERMINAL SYSTEM EA 83
839607 CRASH CUSHION (TAU-M) EA 83
839741 CONCRETE BARRIER TYPE 836 LF 83
840505 4" THERMOPLASTIC TRAFFIC STRIPING LF 84
999990 MOBILIZATION LS 99
Special Provisions
Contract Number 25-03-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 2023 Standard Specifications, 2023 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 2023 Standard 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.
Add to the 1st table of section 1-1.06:
SJVAPCD San Joaquin Valley air pollution control district
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.
Add or Replace items in Section 1-1.07 with:
Authorized Facility Audit List: Caltrans-developed list of facilities. For the Authorized Facility Audit List,
go the METS website.
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.
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.
Board of Supervisors: The Board of Supervisors of the County of Fresno, State of California. The
governing board for the agency having jurisdiction over the work being done under this contract.
California Test: State of California, Department of Transportation developed test for determining work
quality. For California Tests, go to the METS Web site.
Caltrans: State of California Department of Transportation
County: The County of Fresno
Department: The Fresno County Board of Supervisors and its authorized representatives.
District Office: County of Fresno Department of Public Works and Planning
Director: Department's Chairman
Contract Number 25-03-C
Engineer: The County's Director of Public Works and Planning, acting through their authorized
designees.
federal-aid contract: Contract that has a federal-aid project number on the cover of the Specifications.
holiday: Holiday shown in the following table:
Holidays
Holiday Date observed
Every Sunday Every Sunda
New Year's Day January 1It
Birthday of Martin Luther King, Jr. 3rd Monday in January
Presidents' Day 3rd Monday in February
Cesar Chavez Day March 3111
Memorial Day Last Monday in May
Juneteenth June 191n
Independence Day July 4tn
Labor Day 1st Monday in September
Veterans Day November 11tn
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day DaV after Thanksgiving Da
Christmas Day December 25tn
If January 1st, March 31st, June 19th, July 4th, November 11th, or December 25th fall on a Sunday, the
Monday following is a holiday. If January 1st, March 31st, June 19th, July 4th, November 11th, or
December 25th fall on a Saturday, the preceding Friday is a holiday.
Labor Surcharge and Equipment Rental Rates: Caltrans publication that lists labor surcharge and
equipment rental rates.
Laboratory: Laboratories authorized by the Engineer to test materials and work involved in the contract.
material source facility audit: Self-audit and a Caltrans audit evaluating a facility's capability to
consistently produce materials that comply with Caltrans standards.
Office engineer: The Director of Public Works and Planning for the County of Fresno
permanent erosion control establishment period: Number of working days shown in Section 8-1.04 for
permanent erosion control establishment work.
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.
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. special provisions: Specifications specific to the project. These specifications are in a section
titled Special Provisions of a book titled Specifications.
Contract Number 25-03-C
State: The County of Fresno, State of California including its agencies, departments or divisions whose
conduct or action is related to the work, unless used to reference a State of California agency, form,
document, or procedure.
Replace Section 1-1.08 with:
1-1.08 DISTRICTS
Not Used
Add to the end of Section 1-1.09
This project is not 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 inland valley
Replace Section 1-1.11 with:
1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS
Contract Number 25-03-C
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 https://californiaucp.dbesy
Certification
Program's list of stem.com/ -- --
certified DBEs
https://dot.ca.gov/program
California s/safety-
MUTCD programs/camutcd
Data Materials Engineering and Testing
Interchange for https://dime.dot.ca.gov/ Services Department of
Materials Transportation (916)227- 5238
Engineering 5900 Folsom Blvd
Sacramento CA 95819-4612
https://www.fresnocountVc
agov/Departments/Public- 2220 Tulare Street
a.gov/Departments/PubliC7 Design Division—Seventh Floor (559) 600-9908
Works-and-Planning Fresno, CA 93721
Department of http://www.conservation.c
Conservation,
Office of Mine a.gov/dmr/ -- --
Reclamation
Department of
General https://www.dgs.ca.gov/O Office of Small Business and DVBE
Services, Office BAS Services Department of General (800) 559-5529
of Small Services 707 3rd St West (916) 375-4940
Business and Sacramento CA 95605-2811
DVBE Services
Department of http://www.dir.ca.gov 455 Golden Gate Ave
Industrial San Francisco CA 94102 --
Relations
Design https://www.fresnocountyc Tel: (559) 353-
Services - a.gov/Departments/Public- 4919
Contract Works-and- 2220 Tulare Street Fax:(559)455-
Administration, Design Division—Seventh Floor 4609 Email:
Planning/Construction- Fresno, CA 93721 DesignServices(a)-
Planholders, Bidding-Opportunities fresnocountyca.q
Bid Results
ov
Division of Major Construction Payment and
Accounting, Information Unit
https://dot.ca.gov/program Office of External Accounts Payable
Office of s/accounting Division of Accounting (916) 227-9013
External Department of Transportation
Accounts P.O. Box 168043
Payable Sacramento, CA 95816-8043
Contract Number 25-03-C
Division of http://www.dot.ca.gov/hq/c
-- --
Construction onstruc/
https://dot.ca.gov/program Geotechnical Services
Geotechnical Department of Transportation (916) 227-7000
Services s/engineering-services 5900 Folsom Blvd
Sacramento, CA 95819-4612
Materials Engineering and Testing
https://dot.ca.gov/program Services
METS s/engineering-services Department of Transportation (916) 227-7000
5900 Folsom Blvd
Sacramento, CA 95819-4612
https://dot.ca.gov/program
MPQP s/construction/material- -- --
plant-qual ity-prop ram
Director of Public Works & Planning
Office Engineer __ Fresno County cn (559) 600-4078
2220 Tulare St, 8 Floor
Fresno, CA 93721
Office of
Electrical Office of Electrical Systems Regional
Systems Transportation Management Center
Regional -- 3165 Gold Valley Dr
Transportation Rancho Cordova, CA 95742
Management
Center
MSC 9-4/41
Offices of Documents Unit Offices of Structure
Structure Design (916) 227-0716
Design, Department of Transportation
Documents Unit 1801 30th St
Sacramento, CA 95816-7006
Publication Unit
Publication Department of Transportation
Distribution Unit 1900 Royal Oaks Dr
Sacramento, CA 95815-3800
Replace Section 1-1.12 with:
1-1.12 MISCELLANY
Make checks and bonds payable to the County of Fresno.
2 BIDDING
Replace Section 2-1.04 with:
2-1.04 PREBID OUTREACH MEETING
Section 2-1.04 applies if a mandatory prebid meeting is shown on the Notice to Bidders.
The Department may conduct a meeting to provide access to the site and/or discuss the project in the
presence of County staff.
Contract Number 25-03-C
Each bidder must attend the meeting. The bidder's representative must be a company officer, project
superintendent, or project estimator. For a joint venture, one of the parties must attend the mandatory
prebid meeting.
The Department does not accept a bid from a bidder who did not attend the meeting.
A sign-in will be used to identify the attendees. Each bidder must include the name and title of the
company representative attending the meeting.
The Department may hold a single prebid meeting for more than one contract. Sign in for the contract you
intend to bid on. If you are bidding on multiple contracts, sign-in for each contract you intend to bid on.
The sign-in lists, with the names of all companies in attendance at each prebid meeting, will be made
available at the website shown on the Notice to Bidders for bidder inquiries.
Replace Section 2-1.06 with:
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/v/2/public-works-and-
planning/design/construction-bidding-opportunities/2023-standard-specs.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 Location Map
• Construction Funding Signs Detail
• Advance Notification Signs (ANS) Detail
• Crash Cushion Cable Restraint System Detail
• Potholing Results
• FID Encroachment Permit
• Bridge Closure Barrier Detail
• Limits Of Work Map
Included with the project plans 0 Logs of Test Borings
Available on Design Services webpage 0 Geotechnical Report
• Hydraulic Report
• As-Built Plans
• Cross Sections
If as-built drawings are available, they may not show existing dimensions and conditions. Where new
construction dimensions are dependent on existing bridge dimensions, verify the field dimensions and
adjust the dimensions of the work to fit the existing conditions.
Contract Number 25-03-C
Replace Section 2-1.12B(2) with:
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 no later than 4 p.m. on the 51" calendar day after bid
opening. If a DBE is participating as a joint venture partner, submit a copy of the joint venture agreement.
Failure to submit a completed DBE Confirmation form and a copy of the quote from each DBE will result
in disallowance of the DBE's participation.
Replace Section 2-1.15 with:
2-1.15 RESERVED
Replace Section 2-1.18 with:
2-1.18 RESERVED
Replace Section 2-1.27 with:
2-1.27 RESERVED
Replace Section 2-1.33 with:
2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL
2-1.33A General
Complete forms in the Bid book.
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.
Electronic Bids: Electronic versions of the bid book documents are available online at
http://www.BidExpress.com and may be submitted through that website. Complete and submit the bid
online at http://www.BidExpress.com. Your electronic signature is your confirmation of an agreement to all
certifications and statements contained in the Bid book. On forms and certifications that you submit
through the electronic bidding service, you agree that each form and certification where a signature is
required is deemed as having your signature.
Hardcopy Bid: Submit a hardcopy bid:
1. Under sealed cover
2. Marked as a bid
3. Identifying the contract number and the bid opening date
4. Use ink or typewriter
2-1.33B Bid Item List and Bid Comparison
Submit a bid based on the bid item quantities the Department shows on the Bid Item List(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.
Contract Number 25-03-C
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.
Bonding companies may provide their own bid bond forms. Bid Security and Signature sections must be
completed by the bidder and submitted with their bid.
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.
Contract Number 25-03-C
• 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 - Non-Collusion 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 -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 or$10,000, whichever is greater(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 -Title 13, California Code of Regulations § 2449(i) General Requirements for
In-Use Off-Road Diesel-Fueled Fleets
Contract Number 25-03-C
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid.
Subcontractor certificates will be due no later than 4:00 p.m. on the fifth (51h) calendar day after the bid
opening if not submitted with the bid.
2-1.33C(10) Proposal 10 - 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(11) Proposal 11 - 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(12) Proposal 12 -Nonlobbying Certification For Federal-Aid Contracts
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C(13) Proposal 13(a) through Proposal 13(b) -Disclosure Of Lobbying Activities
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C (14) Proposal 14(a) through Proposal 14(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 (51h) calendar day after the bid opening if not submitted with the bid. For
a Federal-aid contract, the apparent low, second-low, and third-low bidders must complete and submit so
that it is received by Design Services, no later than 4:00 PM on the fourth business day after the bid
opening if not submitted with the bid.
2-1.33C (15) Proposal 15(a) through Proposal 15(b) Exhibit 9-1 DBE Confirmation
For a Federal-aid contract, bidders shall provide to Design Services written confirmation from each DBE
that the DBE is participating in the Contract. Exhibit 9-I: DBE Confirmation and the DBE's quote must be
submitted. The written confirmation must be submitted no later than 4:00 PM on the fifth (5th) calendar
day after the bid opening if not submitted with the bid.
2-1.33C(16) Proposal 16(a) through Proposal 16(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 (5th)calendar day after the bid opening if
not submitted with the bid.
2-1.33C(17) Proposal 17(a) through Proposal 17(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(18) Proposal 18—Not Used
Contract Number 25-03-C
2-1.33C(19) Proposal 19 - 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.
2-1.34 BIDDER'S SECURITY
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.
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
An electronic bid bond may be submitted either:
1. As an electronic bidder's bond by an admitted surety insurer submitted using an electronic
registry service approved by the Department (SurePath or Tinubu).
2. As a scanned attachment of a notarized paper bid with the original paper notarized bidder's bond
by the admitted surety insurer so that it is received by Design Services no later than 4:00 PM on
the fifth (5th) calendar day after the bid opening.
Cash, cashier's check, certified check, or paper bidder's bonds should be sent in a sealed envelope in
accordance with the labeling and address instructions listed on the Notice to Bidders.
Replace Section 2-1.40 with:
2-1.40 BID WITHDRAWAL
1. An authorized agent may withdraw a paper 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. A bidder may withdraw or revise a bid after it has been submitted to the electronic bidding service if
this is done before the bid opening date and time.
3. After the bid opening time, you cannot withdraw a bid.
Replace Section 2-1.47 with:
2-1.47 BID RELIEF
The Department may grant bid relief under Pub Cont Code § 5100 et seq. Submit any request for bid
relief via email to Design Services at the address listed in the table in Section 1-1.11.
Add Section 2-1.51:
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
Contract Number 25-03-C
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 DesignServices(a)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 (71") calendar day following
the bid opening for any issues found within the bid itself, or 5:00 p.m. of the third (3rd) 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.
Contract Number 25-03-C
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.
3-1.0413 AWARD PERIOD
If the Department awards the contract, the award is made to the lowest responsible bidder within 68
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 e-mailing a request to
DesignServices(o)fresnocountyca.gov 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
Contract Number 25-03-C
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 4-1.07D with:
4-1.07D Reserved
Replace the last paragraph of Section 4-1.13 with:
Remove warning, regulatory, and guide signs when directed by the Engineer.
5 CONTROL OF WORK
Delete the last paragraph of Section 5-1.01
Add the following before the last sentence in Section 5-1.02:
Caltrans Standard Plans, County 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
The performance of the Contractor or any Contract part may be assigned only with prior written consent
from the Department. To request consent, submit a Contractor Action Request—Assignment of Contract
Performance form. The Department does not consent to any requested assignment that would relieve you
Contract Number 25-03-C
of your surety of the responsibility to complete the work or any part of the work. 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 Contractor Action Request—Assignment of Contract Monies, Assignee Change of
Name/Address form. 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:
Submit Daily Log records to the Engineer weekly for the entire course of work unless the Engineer
requests another interval.
Replace Section 5-1.20B(4) with:
5-1.20B(4) Contractor—Property Owner Agreement
Before procuring material from or disposing or stockpiling of material on non-highway property:
1. Provide proof that the property where materials are to be stockpiled or equipment parked/stored
is appropriately zoned and/or permitted for the use proposed by the Contractor.
2. Obtain written authorization from each and every owner of the property where materials are to be
stockpiled or equipment parked/stored.
3. Provide proof that the signor(s) of the authorization are the owners of the property.
4. Provide an executed release from the property owner(s) absolving the Department from any and
all responsibility in connection with the stockpiling of materials or parking/storage of equipment on
said property.
5. Obtain written permission from the Engineer to stockpile materials or park/store equipment at the
location designated in said authorization.
Before Contract acceptance, submit a document signed by the owner of the material source or disposal
site stating that the Contractor has complied with the Contractor-owner agreement.
Failure by the Contractor to provide written authorization shall result in the withholding of all funds due to
the Contractor until said authorization is received by the County.
Replace Section 5-1.20C with:
5-1.20C Railroad Relations
If the Contract includes an agreement with a railroad company, the Department makes the provisions of
the agreement available in Project Details in the document titled "Railroad Relations and Insurance
Requirements." Comply with the requirements in the document.
Replace Section 5-1.20G with:
5-1.20G PG&E Existing Gas Lines and other utilities
There are existing transmission, high pressure and service gas lines within the limits of the project. There
are also some other dry utilities (i.e. Sebastian)within the limits. The plans show approximate locations of
the utilities based on plat maps provided by utilities company. County cannot guarantee their final location
and depth. Contractor is responsible for contacting underground service alert(USA) 811, coordinating
with utilities companies and following PG&E requirements when working near or above gas lines.
Contract Number 25-03-C
County staff has coordinated with PG&E. The following are the requirements/statement from PG&E staff:
Transmission Gas Line:
"Any excavations to occur within 10 feet of the pipeline will require a field meet with PG&E Stand-by. Any
excavations within 5 feet will require stand-by to be onsite during the excavation activity.
If trenching, no power-operated equipment can be used within 2 feet of the pipeline unless the line is fully
exposed in all directions (360 degrees around the pipe). Prior to confirming exact location of the pipe and
using power-operated equipment, only hand excavation or vacuum excavation is allowed."
Potholing at intervals not to exceed 50 feet is required when excavating within 5 feet of the outermost
horizontal edge of the pipeline. Another option would be having GPR performed prior to demolition at the
50-ft increments, and performing investigative pothole excavations at the following locations (at
minimum):
• Project start/stop locations
• Any tap location off of our GT pipeline
• At least 10 additional locations with the shallowest readings from the GPR
• Any other locations where the GT line changes direction or size
• In any case pothole shall not exceed 500 ft
Any heavy construction equipment to be used over and near the PGE gas transmission pipeline must be
submitted to PG&E pipe Engineer for approval so that PG&E Engineer can perform the wheel load
calculations.
The following are the maximum allowable wheel loads in pounds for the gas transmission lines along
Adams Ave:
Maximum Allowable Wheel Loads:
Depth of Cover(ft) Maximum Wheel allowable load (lbs)
2.00 18706
3.00 36894
4.00 56907
5.00 81495
6.00 111451
7.00 146048
8.00 183924
The contractor is responsible to coordinate with PG&E requirements during biding and after award prior to
construction. The PG&E contact information are:
PG&E contact(transmission line):
Nida Bernhardt, Pipeline Engineer
Contract Number 25-03-C
P.H: 559-573-1968
n1 b2(@Pge.com
The County performed some random potholes to the existing gas lines. Results of the pothole are
incorporated as supplemental information only. This information is for the contractor's information only.
This is not to be considered to be part of the contract documents and shall have no bearing whatsoever
on the interpretation of the typical depth and/or location of the gas lines, standard specifications, the
standard plans, the special provisions, nor shall they have any bearing whatsoever on the interpretation
of the other publications referenced therein.
The bid item "PG&E GAS LINE EXCAVATION" shall include the cost to furnish all labor, equipment
materials, tools, to expose the PG&E transmission and high-pressure gas lines as coordinated and
directed by PG&E representative on site.
The bid item "GROUND PENETRATION RADAR, UTILITY COORDINATION & OTHER UTILITIES
POTHOLE" shall include the cost to furnish all labor, equipment materials, tools, to pothole other utilities
on site, coordination with PG&E Rep on site, and perform the GPR to the gas lines to reduce the
necessary number of gas line potholing and no further compensation will be allowed therefor.
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 the first paragraph of Section 5-1.23B(2)(b) with:
If specified, email electronic shop drawing and calculation sheet submittals to the Engineer.
Contract Number 25-03-C
Replace Section 5-1.24 with:
5-1.24 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.
Replace Section 5-1.32 with:
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.
5-1.36G Maintaining Channel Flow
5-1.36G(1) General
The Houghton Canal is owned and operated by the Fresno Irrigation District (FID). You may work within
Houghton Canal outside of the irrigation season and only as permitted by FID. FID's typical irrigation season
begins March 1st, with FID opening the headgates to fill the canals/pipelines approximately 5 days prior,
approximately Feb 24th. FID's 2025 Irrigation Season is anticipated to end August 315t and will take
approximately 1-2 weeks to drain. It is your responsibility to ascertain conditions of flow in the channel
where construction operations might interfere with such flow and cooperate with FID in maintaining channel
flow.
5-1.36G(2) Submittals
Prior to the start of work, submit to FID:
1)A construction schedule
2) Stream diversion plan
3) List of emergency phone numbers
The stream diversion plan must show how water will be routed through and/or around the construction site.
A Construction Permit will not be issued until the stream diversion plan is approved by FID.
5-1.36G(3)Anticipated Flows (non-irrigation)
Listed below are 3 situations for which the Houghton Canal will be used to route waters outside the
normal irrigation season, from August 31 st to February 24th:
Contract Number 25-03-C
a) Fish Flows—(15-25 CFS)The flow is typically around 20CFS. FID is obligated to deliver"fish water"
when the irrigation season has ended and is required to continue passing water in the Kings River
below Pine Flat Dam after the FID's Irrigation Season to maintain a fish population as required by
the State of California. These flows are typically diverted into the Houghton Canal and delivered to
recharge basins located within FID's boundary. FID will make every effort to divert waters around
the project site where possible.
b) Storm Routing — (50-150 CFS) The flow can increase up to 150 CFS after several large storm
events. The canal serves as a major artery of the Fresno Metropolitan Flood Control District
(FMFCD) and Army Corps of Engineers flood routing system. The storm water consists of urban
runoff, runoff from parcels that adjoin the canal and from foothill stream flood control projects within
and under the jurisdiction of FMFCD. Once the floodwater enters FID's canal system, FID routes
the water through various canals to various basins located on the west side of FID.
c) Wastewater Treatment Plant(WWTP)Discharge—(25-40 CFS)The flow is typically around 30 CFS,
however, it can increase to as much as 40 CFS. FID may receive the WWTP discharge year round,
however, this canal is typically dry from November to February. This flow schedule will need to be
considered in the planning process and bypass requirement.
d) Nuisance—(5 CFS) The canal catches tailwater from various areas. The water will vary depending
on several factors including the amount of rainfall. The canal will most likely have standing water
year-round.
5-1.36G(4) Canal Shutdown Period
The Houghton Canal will be shut down following FID's 2025 Irrigation Season. Construction of the
concrete channel lining and rock slope protection shown on the plans shall occur during the shutdown
period. FID will provide at least one week advance notice prior to canal shutdown.
5-1.36G(5)Temporary Canal Bypass
5-1.36G(5)(a) General
Construct a temporary canal bypass as shown on the submitted stream diversion plan and as specified in
these special provisions. The stream diversion plan must be approved by FID and must be designed to
accommodate up to 200 cfs. The canal bypass must satisfy the following requirements:
a) FID will require a bypass to route a minimum of 50 CFS (assuming normal conditions) October 1st
to November 30th, and a minimum of 200 CFS after December 1st. The bypass to be removed and
the canal to be restored to its original conditions by February 15th of the following year.
b) You will construct a bypass to convey FID's non-irrigation season flows. Bypass shall be completed
and inspected by FID's Inspector before any bridge work starts.
c) Construction of a bypass system shall be designed so that it will safely pass the flows mentioned
above. You will prepare and submit,for approval from the Engineer and the Fresno Irrigation District,
the detailed plans and calculations detailing that the system is capable of handling the projected
flow. Bypass system shall include facilities as necessary to convey waters downstream and away
from the project such as a channel, pipeline or bypass pumps (with redundancy, auto-start pump,
and 24/7 personnel oversight). Facilities shall be your responsibility to install and maintain at all
times. If a bypass channel is chosen, a drive bank on both sides of the bypass channel shall be
incorporated for maintenance and operation purposes.
d) Should a bypass be situated outside FID's R/W, FID will require a copy of an access agreement
from the Agency and/or adjacent landowner(s) where the bypass will be constructed. This
agreement shall include a waiver releasing FID of any liability as it relates to the bypass channel
situated on adjacent properties.
e) If a bypass is not constructed, all water will be required to pass through the project site.
f) You will be responsible for the removal of any berm/dam and material placed in the Fresno Canal.
FID will require that all Contractor disturbed areas of the canal be concrete lined or protected with
rock slope protection as shown on the plans. See section 5-1.36G(4)of these special provisions for
canal shutdown period. You will pay all the necessary costs and be solely responsible for the
Contract Number 25-03-C
adequacy, safety, and reliability of the bypass system and shall fulfill all requirements of the
governing agencies.
5-1.36G(5)(b) Materials
Corrugated steel pipe must comply with section 66, "Corrugated Metal Pipe" of the State Standard
Specifications.
Temporary earthen cofferdams must comply with section 19-3, "Structure Excavation and Backfill" of the
State Standard Specifications.
5-1.36G(5)(c) Construction
Your operations shall proceed in an orderly manner and shall be arranged to PERMIT THE RELEASE OF
FLOODWATERS IN THE HOUGHTON CANAL AT ANY TIME. Do not use motorized equipment or
vehicles in areas of flowing or standing water for the construction or removal of the temporary canal bypass.
The work shall proceed in accordance with the following staged construction sequence:
1. Place filter fabric along the channel bottom and sides within the footprint of the temporary
cofferdams according to section 72-1.03.
2. Place and compact fill for upstream and downstream temporary cofferdams to the flowline elevation
of the pipe culvert shown on the submitted stream diversion plan.
3. Install pipe culvert as shown on the plan and secure in place. The pipe culvert shall be supported
at all joints and at intervals not to exceed 14 feet on center. Supports may consist of sandbags,
concrete blocks, wooden frames, or any other material sufficient to support the weight of the pipe
when it is flowing full. Supports at joints shall be a minimum of 18 inches in length along the pipe
culvert and centered on the joint. Supports should cradle the pipe culvert to ensure that it will not
roll during construction.
4. All pipe joints shall be banded or otherwise provided with a reasonable seal against leakage.
5. Place and compact remaining fill for upstream and downstream temporary cofferdams to the
elevations shown on the plan. The maximum height of any earth/dam constructed shall not exceed
1 ft below high water at upstream side of project site.
6. Install sandbags and tarp erosion protection along face of temporary cofferdams on the inlet and
outlet sides.
7. Install additional erosion protection as needed at the pipe culvert inlet and outlet to protect the
cofferdams and stream bed from erosion. Cofferdam must be constructed such that if water
overtops the dam, the berm would erode from the top downward and prevent water from flooding
the surrounding land.
8. Dewater the area between the cofferdams. Dewatering of the construction area must not alter the
water quality or cause erosion or sedimentation in the channel or diversion. Piped and pumped
water must discharge to a non-erodible energy-dissipating surface prior to reentering the channel.
All sediment laden water must be filtered to remove sediment. Possible options for sediment
removal include baffle systems, anionic polymer systems, dewatering bags, or other appropriate
methods. Water must have sediment removed prior to being reintroduced to the downstream
waterway. Discharge water is considered clean if it does not result in a visually identifiable
degradation of water clarity.
9. Remove existing bridge and complete the "in-channel'work.
10. Place sediment barriers downstream for protection while removing temporary cofferdams.
11. Remove the downstream cofferdam.
12. Remove the upstream cofferdam gradually in order to allow the upstream water level to draw down
at a safe rate.
13. Remove the pipe culvert and remaining supports.
14. Return the channel to its original grade and condition.
15. Place rock slope protection on disturbed portions of the channel banks per FID standards.
5-1.36G(5)(d) Maintenance
Contract Number 25-03-C
Inspect the temporary bypass at the end of each work day and any time excess water is noted in dry work
areas, at a minimum to ensure that the structure is maintained and not damaged, the sand bag protection
has not displaced, the streambed and channel banks are stable, and that sediment is not entering the
channel. Repair damaged sandbag protection and erosion promptly. Add additional armoring if erosion
is noted. Remove all significant sediment accumulations to maintain the bypass design flow capacity.
5-1.36G(5)(e) Removal
Once the "in-channel"work is completed, the temporary bypass must be removed. Removal of the
temporary bypass should occur in such a manner as to minimize erosion and sediment runoff into the
waterway. Remove the temporary bypass from downstream to upstream, following the staged
construction sequence under section 5-1.36G(5)(c)of these special provisions.
5-1.36G(6) Permits
Fresno Irrigation District's Engineering Department, (559) 233-7161, shall be notified 48 hours prior to
construction. No work shall begin within FID's easement, including work on the bridge, without a "Permit
To Work Within An Easement & Right-of-Way" issued by FID (Inspection fees are assessed as follows:
$125 per week(1-1/4 hours)or$50 per day(1/2 hour)). All works shall be completed by the date specified
on the Permit and the area restored to its original condition. Any work required after the completion date
shall be approved by FID's Engineer. A$25,000.00 security deposit is required to secure any work within
FID's easements for canals and pipelines used for the diversion and disposal of floodwaters. FID will charge
a Late Completion fee of $500.00 per day for each day that Contractor's work extends past 5:OOPM on
February 15. However,ten (10)days before the 2026 Irrigation Season, FID will charge a Late Completion
fee of $2,500.00 per day for work not completed. FID will deduct costs from the deposit if the Contractor
fails to pay any late fees.
5-1.36G(7) Payment
Payment for maintaining channel flow, including all works associated with the stream diversion plan,
dewatering plan to be specified below, and obtaining necessary permits plus inspection fee, is included in
the price paid lump sum for Job Site Water Control & Diversion, including furnishing and installing erosion
protection. No additional compensation will be made for design or construction of a bypass that is to remain
in the channel after December 1st
Dewatering plan, specified in this section, is to consist of analyzing, designing, constructing, operating, and
maintaining such system to keep job site water-free, as needed, from said flow seepage. You may elect to
choose a system which consists of an adequate number of sumps and pumps for dewatering.
You will pay FID directly for their security deposit, permit fee, inspection fee and any liquidated damages
they assign. The $25,000.00 security deposit and liquidated damages, if assigned, are not reimbursable.
Replace Section 5-1.43A with:
5-1.43A General
Minimize and mitigate the impacts of work or events for which you will make a potential claim.
For each potential claim assign an identification number determined by chronological sequencing and the
1st date of the potential claim.
Use the identification number for each potential claim on the:
1. Initial Potential Claim Record form
2. Supplemental Potential Claim Record form
Contract Number 25-03-C
3. Full and Final Potential Claim Record form
Failure to comply with this procedure is:
1. Waiver of the potential claim and a waiver of the right to a corresponding claim for the disputed work
in the administrative claim procedure
2. Bar to arbitration (Pub Cont Code § 10240.2)
Replace the word "State" with "Department" in the 3rd paragraph of Section 5-1.43D.
Replace the word "Department's" with "Caltrans" in the 6tn paragraph of Section 5-1.43E(1)(a).
Replace the word "Department" with "Caltrans" where it appears in Section 5-1.43E(2)(a).
Replace the word "Department" with "Caltrans" where it appears in Section 5-1.43E(3)(a).
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.
The Department has made a public interest finding and has determined that the following items shall be
used for the project, and no substitution therefor shall be allowed.
1. Barrier Systems by Lindsay Universal TAU-M Crash Cushion
2. Road Systems Inc. Flare End Terminal Type MFLEAT (MASH-compliant Flared Energy
Absorbing Terminal)
Replace Section 6-1.06 with:.
6-1.06 RESERVED
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add after the last paragraph of Section 7-1.02C:
Contract Number 25-03-C
The following information is provided for the Contractor's information, and nothing herein or elsewhere
within these special provisions shall be construed as limiting the Contractor's responsibility for complying
with all applicable rules and regulations. In conformance with Title 13 § 2449(i), between March 1 and
June 1 of each year, new valid Certificates of Reported Compliance for the current compliance year, as
defined in section 2449(n)for the Contractor and all applicable subcontractors must be submitted. Submit
new valid Certificates of Reported Compliance to the Engineer at least one week prior to the expiration
date of the current certificate.
Replace the 2"d Paragraph of Section 7-1.02K(2)with:
The general prevailing wage rates and any applicable changes to these wage rates are available:
1. From Design Services
2. From the Department of Industrial Relations'Web site
Add to the list in the second paragraph of Section 7-1.02K(3)with:
1.10. Fringe Benefits
Add to the end of Section 7-1.02K(6)0)(ii):
The lump sum price paid for Lead Compliance Plan includes the costs for all labor, tools, equipment,
testing, and incidentals needed to comply with all of the planning, testing and reporting requirements
related to the lead contained yellow thermoplastic and/or yellow painted traffic striping and/or pavement
markings as described in Section 14-11.12, 36-4, and 84-9.03B and no additional compensation will be
allowed therefore.
Replace Section 7-1.02K(6)(j)(iii) with:
7-1.02K(6)0)(iii) Unregulated Earth Material Containing Lead
Section 7-1.02K(6)(j)(iii) includes specifications for handling, removing, and disposing of earth material
containing lead.
Management of this material exposes workers to health hazards that must be addressed in your lead
compliance plan. The material contains average lead concentrations below 80 mg/kg total lead and below
5 mg/L soluble lead and is not regulated by DTSC as a hazardous substance or a hazardous waste. This
material does not require disposal at a permitted landfill or solid waste facility. The RWQCB has
jurisdiction over reuse of this material at locations outside the job site limits.
Unregulated earth material could exist throughout the job site.
Lead is typically found within the top 2 feet of material in unpaved areas of the highway. Reuse all of the
excavated material on the right-of-way. Haul and place the surplus excavated material on the right-of-
way.
If you choose to dispose of material at a commercial landfill:
1. Transport it to a Class III or Class II landfill appropriately permitted to receive the material
2. You are responsible for identifying the appropriately permitted landfill to receive the material
and for all associated trucking and disposal costs, including any additional sampling and
analysis required by the receiving landfill
Contract Number 25-03-C
Place the contents of Section 7-1.04 under the heading:
7-1.04 PUBLIC SAFETY
7-1.04A General
Replace the 71h paragraph in Section 7-1.04A with:
Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work
zone.
Replace the 11th paragraph in Section 7-1.04A with:
Cover signs that direct traffic to a closed area.
Add to the end of Section 7-1.04A:
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.
Add the following to the end of Section 7-1.04:
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.
Contract Number 25-03-C
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 the word "State"with "County" where it occurs in Section 7-1.05C.
Replace the word "State" with "Department" in the 1st paragraph of Section 7-1.06B.
Replace the word "State" with "County" in the 5tn paragraph of Section 7-1.06C.
Replace the word "State" with "the Department" in Section 7-1.06D(1).
Replace Section 7-1.06D(2) with:
7-1.0611)(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 and CG 2037 (for
completed operations), as published by the Insurance Services Office (ISO), or equivalent form as
approved by the Department.
Replace the word "State" with "County" in Section 7-1.0611)(3).
Replace the word "State" with "County" in Section 7-1.06D(4).
Replace Section 7-1.06E with:
7-1.06E Automobile Liability Insurance
Comply with requirements in the Agreement of these special provisions.
Replace Section 7-1.06G with:
7-1.06G NOT USED
Replace Section 7-1.06H with:
7-1.06H Enforcement
The Department may assure your compliance with your insurance obligations. 30 days before an
insurance policy lapses, expires, 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.
Any failure to comply with the reporting provisions of your policy shall not affect coverage provided to the
Department, including its officers, directors, agents (excluding agents who are design professionals), and
employees.
Contract Number 25-03-C
You are not relieved of your duties and responsibilities to indemnify, defend, and hold harmless the
County, 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 County from taking other actions available to it, including the withholding of funds under
this Contract.
Replace Section 7-1.061 with:
7-1.061 Self-Insurance
Comply with the Agreement of these special provisions.
Add to the beginning of Section 7-1.07B:
This section applies to seal coat projects.
Add Section 7-1.07C:
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.
Contract Number 25-03-C
8 PROSECUTION AND PROGRESS
Replace Section 8-1.01 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.
Replace the 151 paragraph of Section 8-1.02B(1)with:
No pay item is provided for Level 1 Critical Path Project Schedule. Payment is considered to be included
in the various items of work including revisions and time analysis.
Add to the end of the list in the 4t" paragraph of Section 8-1.02B(3)with:
3. Time Impact Analysis (Refer to Section 8-1.02C(8)(b)for description)
Replace Section 8-1.02C with:
8-1.02C Reserved except for 8-1.02C(8)(b)
Replace Section 8-1.04 with:
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.
Contract Number 25-03-C
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.
8-1.04B Standard Start
This project includes two, non-concurrent phases, construction and plant establishment.
8-1.04B(1) First Order of Work, Construction
Be prepared to begin work at the project site no later than the 20th business day after award of the
Contract by the Department.
The Engineer may issue a notice to proceed as soon as the Contracts, including bonds and insurance
certificates, have been approved.
Start work on the day shown in the notice to proceed, unless an early start has been approved.
The Engineer may issue a notice of commencement of contract time if you fail to provide Contracts,
including bonds and insurance certificates or other required documents timely.
A notice of commencement of contract time does not authorize you to start work on the project site, but
contract time begins to elapse on the date shown in the notice of commencement of contract time.
Complete the first order of work within the number of working days specified in the Notice to
Bidders.
Start the first order of work from the date shown in said Notice to Proceed, or in the Notice of
Commencement of Contract Time, whichever was issued first.
Complete all work, including corrective work and punch list work, prior to the expiration of the allotted
working days. Working days continue to accrue until corrective work and punch list work is completed and
accepted.
Pay to the County of Fresno the sum of
SIX THOUSAND SEVEN HUNDRED DOLLARS ($6,700.00)
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.
8-1.04B(2) Second Order of Work— Permanent Erosion Control Establishment
The Engineer, in their sole discretion, may issue the Notice to Proceed —Second Order of Work
immediately upon completion of hydroseeding application. 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.
Complete the second order of work within the number of working days specified in the Notice of
Bidders and from the date shown in said Notice to Proceed—Second Order of Work.
Complete all work as described in section 21-3, 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
Contract Number 25-03-C
TWO THOUSAND DOLLARS ($2,000.00)
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.
Replace the 1' paragraph in Section 8-1.05 with:
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.
Replace the V and 41" paragraph including the table in Section 8-1.10A with:
Liquidated damages are specified in section 8-1.04.
Replace the word "State's" with "County's" in Section 8-1.14A.
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.
Delete paragraphs 11-14 of Section 9-1.03.
Add after the 6t" paragraph of Section 9-1.03:
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.
Replace the last paragraph of Section 9-1.03 with:
Pay your subcontractors within 10 days of receipt of each progress payment under Pub Cont Code §§
10262 and 10262.5.
Replace the word "Department's" with "Caltrans" in the 5tn paragraph of Section 9-1.07A.
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.
Contract Number 25-03-C
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.
Contract Number 25-03-C
(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.
Contract Number 25-03-C
(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
Contract Number 25-03-C
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.
Contract Number 25-03-C
(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.
Contract Number 25-03-C
(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.
DIVISION II GENERAL CONSTRUCTION
10 GENERAL
Add to the end of Section 10-1.02C(2):
Protect any irrigation component to be relocated before performing any other construction activity in the
area.
12 TEMPORARY TRAFFIC CONTROL
Replace Section 12-1.04 with:
Payment quantity for Traffic Control bid item is paid for by lump sum. The contract price paid for Traffic
Control shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and for all the work involved to provide traffic control and local access, complete in place, as
shown on the plans, as specified in the 2023 Standard Specifications and these Special Provisions, and
as directed by the Engineer.
Contract Number 25-03-C
Replace Section 12-2 with:
12-2 PROJECT SPECIFIC FUNDING SIGNS
12-2.01 CONSTRUCTION ADVANCED NOTIFICATION SIGNS (ANS)
12-2.01A GENERAL
Details for construction ANS are in Project Details.
Keep construction ANS clean and in good repair at all times.
12-2.01 B MATERIALS
Provide Construction ANS, barricades, and mounting hardware.
Barricades must be Type I I and comply with section 12-3.10.
Sign panels for construction ANS must be framed, single sheet aluminum panels complying with section
82-2.
The background on construction project funding signs must be Type 11 retroreflective sheeting on the
Authorized Material List for signing and delineation materials.
The legend must be retroreflective, except for nonreflective black letters and numerals. The colors blue
and orange must comply with PR Color no. 3 and no. 6, respectively, as specified in the Federal Highway
Administration's Color Tolerance Chart.
12-2.01 C CONSTRUCTION
Mount construction ANS to barricades.
Provide and Install construction ANS at the locations designated by the Engineer 7 days before starting
major work activities visible to highway users.
Upon completion and acceptance of the work, the signs shall be removed and become the property of the
Contractor.
12-2.01 D PAYMENT
The costs associated with Construction ANS are considered to be included in the Traffic Control bid item.
12-2.02 CONSTRUCTION PROJECT FUNDING SIGNS
12-2.02A GENERAL
Details for construction project funding signs are in Project Details.
Do not add information to a construction project funding identification sign unless authorized.
Keep construction project funding signs clean and in good repair at all times.
12-2.0213 MATERIALS
Provide Construction project funding signs, posts, and mounting hardware.
Construction project funding signs must be wood post signs complying with section 82-3.
Sign panels for construction project funding signs must be framed, single sheet aluminum panels
complying with section 82-2.
The background on construction project funding signs must be Type II retroreflective sheeting on the
Authorized Material List for signing and delineation materials.
The legend must be retroreflective, except for nonreflective black letters and numerals. The colors blue
and orange must comply with PR Color no. 3 and no. 6, respectively, as specified in the Federal Highway
Administration's Color Tolerance Chart.
Contract Number 25-03-C
The size of the legend on construction project funding signs must be as described. Do not add any
additional information unless authorized.
FEDERAL HIGHWAY TRUST FUNDS
12-2.02C CONSTRUCTION
Provide and install the quantity of construction project funding signs shown on the Bid Item List at the
locations designated by the Engineer before starting major work activities visible to highway users.
Upon completion and acceptance of the work, the signs shall remain in place and become the property of
the County.
The Engineer will request that County Road Maintenance remove the signs 3 months after acceptance of
the project.
12-2.02D PAYMENT
The Department pays you for Construction Funding Signs upon installation of each sign
The Department does not adjust the unit price for an increase or decrease in the construction funding
sign quantity.
Replace the V paragraph of Section 12-3.01 C with:
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
Add to the end of Section 12-3.01 D:
If there are no bid items for traffic control devices, payment is considered to be included in the bid item for
Traffic Control System.
Replace the last paragraph of Section 12-3.03C with:
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 the last paragraph of Section 12-3.10C with:
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 12-3.11 B(5)(b)with:
12-3.11 B(5)(b) Construction Project Funding Identification Signs
Reserved
Contract Number 25-03-C
Replace the word "Department's" with the word "Caltrans" in the 1s'paragraph of Section 12-
3.20A(4)(a).
Replace the last paragraph of Section 12-3.20C(1)with:
If the Engineer orders a lateral move of temporary barrier system 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 the 2"d paragraph of Section 12-3.20C(2)(c)with:
Install K rail as shown in the project plans.
Replace the last paragraph of Section 12-3.31 C with:
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
Replace the 2nd paragraph of Section 12-3.35B(6)with:
Provide any software on a CD or other Engineer-authorized data-storage device to the Engineer.
Add before the 1" paragraph of Section 12-3.41A(1):
Section 12-3.41 is used when shown in the Bid Item List.
Replace Section 12-4.02A(3)(a)with:
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.
Contract Number 25-03-C
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.
Replace Section 12-4.02A(3)(b)with:
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.
Replace Section 12-4.02A(3)(d)with:
12-4.02A(3)(d) Traffic Break Schedule
Not Used.
Replace Section 12-4.02C(1)with:
12-4.02C(1) General
Work that interferes with traffic is limited to the hours when closures are allowed.
Do not reduce an open traffic lane width to less than 10 feet. If 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.
Discuss the contingency plan for any activity that could affect the closure schedule with the Engineer at
least 5 business days before starting the activity requiring the plan.
The Engineer may reschedule a closure that was canceled due to unsuitable weather.
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.
Contract Number 25-03-C
You may use automated flagger assistance devices to enhance the traffic control system for a lane
closure on a two-lane convention highway, except if a bid item for automated flagger assistance devices
is shown in the Bid Item List, the use of AFADs is required.
Do not use automated flagger assistance devices:
1. On multi-lane highways
2. As a substitute or a replacement for a temporary traffic control signal
3. If the devices impair access for pedestrians and bicycles, unless alternate access is provided
4. If the usable shoulder area is not wide enough to place a trailer mounted device
If the distance between the devices is more than 800 feet, except when each device is controlled by a
separate operator and radio communication is available between the AFAD operators
5.
Replace Section 12-4.02C(2)with:
12-4.02C(2) Not Used
Replace Section 12-4.02C(3)with:
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)(k)
Reserved
12-4.02C(3)(1) Complete Conventional Highway Closure Hour Charts
Comply with the requirements for the complete closure on a conventional highway shown in the following
chart:
Contract Number 25-03-C
Chart No. L1
Complete Conventional Highway Closure Hours
County: Fresno Route/Direction: N Chateau Post Mile:
Fresno Ave
Closure limits: W Whitesbridge Ave to W Belmont Ave
Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
Mon— C C C C C C C C C C C C C C C C C C C C C C C C
Thu
Fri C C C C C C C C C C C C C C C C C C C C C C C C
Sat C C C C C C C C C C C C C C C C C C C C C C C C
Sun C C C C C C C C C C C C C C C C C C C C C C C C
Le end:
C Conventional highway may be closed completely.
No complete conventional highway closure is allowed.
Signs will be placed following the Traffic Control & Detour Plan as shown in the Plans
REMARKS: 1. Maintain local access at all times.
2. Driveways and access roads shall remain accessible at all times.
12-4.02C(3)(m) - 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.
Keep driveways and access roads accessible at all times.
Maintain vehicular access to the channel bank access roads at all times.
You may close Chateau Fresno Ave to public traffic for a maximum period of 140 working days.
You will notify the Engineer 3 working days prior to the date on which he intends to close the road.
You are required, however,to provide access to property abutting the project along the line of work
at all times where such access now exists.
It is agreed by the parties to the contract that should any roads remain closed for more than the
number of working days specified, damage will be sustained by the County of Fresno, and that it is
and will be impracticable and extremely difficult to ascertain and determine the actual damage
which the County will sustain in the event of and by reason of such delay and it is,therefore, agreed
that the Contractor will pay to the County of Fresno, the sum set forth in the following paragraph
per day for each and every calendar day's delay in opening any of the roads to traffic in excess of
Contract Number 25-03-C
the number of days prescribed and the Contractor agrees to pay said liquidated damages wherein
provided for, and further agrees that Fresno County may deduct the amount thereof from any
monies due or that may become due the Contractor under the contract.
Liquidated damages as specified in 8-1.04 also apply to each calendar day's delay in opening the
roads beyond the time limits specified herein, which damages are in addition to the liquidated
damages for not completing the entire work as specified in Section 4 of these special provisions.
12-4.02C(3)(p)-12-4.02C(3)(s) Reserved
Replace Section 12-4.02C(7)(d)with:
12-4.02C(7)(d) Reserved
Replace the word "Department's" with "Caltrans" in Section 12-4.02C(9)(a)(iv).
Replace Section 12-4.02C(9)(d)with:
12-4.02C(9)(d) Payment
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.
Add before the 1 st paragraph of Section 12-4.02C(10):
Section 12-4.02C(10) is used when Pickup Truck Mounted Changeable Message Sign is shown in the Bid
Item List.
Replace item 3.6.1 in the list in Section 12-4.02C(11)(a)(11i)(13)with:
Not Used
Replace item 5 in the list in Section 12-4.02C(11)(a)(iv)(C)with:
Not Used
Replace Section 12-4.02C(11)(d)with:
12-4.02C(11)(d) Payment
Full payment for conforming to the requirements of this section shall be considered to be included in the
Traffic Control Plan item on the Bid Items List.
Replace Section 12-4.02C(14)with:
12-4.02C(14) 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 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.
Contract Number 25-03-C
Replace Section 12-4.02D with:
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.
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.
13 WATER POLLUTION CONTROL
Add to Section 13-1.01:
STATE WATER RESOURCES CONTROL BOARD (SWRCB) NOTICE OF INTENT FILING (NOI) FEE
Complete the NOI filing process started by the County on the SWRCB website using information available
in the contract, field and website. The Engineer will link your plan to the project on the SWRCB website.
The SWRCB NOI bid item is specifically provided to reimburse Contractor for payment of NOI filing fee
charged by the SWRCB and paid by the Contractor after the Contractor has completed the NOI filing
process started by the County.
The amount paid will be the amount of the fee only. No payment will be made for overhead or processing
costs. Full compensation for any overhead and processing costs will be considered to be included in the
various items of work, and no separate compensation will be made therefor.
The provisions of section 9-1.06 for increased or decreased quantities shall not apply to the"State Water
Resources Control Board Notice of Intent" bid item.
The SWRCB website can be found at:
https://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.xhtmI
The dollar amount shown in the Proposal is an estimate only and shall be included in each bidder's
proposal.
Replace the word "Department" with "Caltrans" where it occurs in Section 13-1.01A.
Replace the 1st paragraph of Section 13-1.01D(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
Contract Number 25-03-C
(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 iss u es/p rog ra ms/stormwater/constperm its.s htm I
Add to the end of Section 13-1.01 D(2):
This Project disturbs 4.68 acres of soil.
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
Add to section 13-3.01A:
This project's risk level is 1.
Add between the 4th and 5th paragraphs of Section 13-3.01C(2)(a):
The Central Valley Regional Water Quality Control Board will review the authorized SWPPP.
Replace the 1st paragraph of Section 13-3.01C(2)(b)(iv)with:
If a sampling and analysis plan is required, submit a sampling and analysis plan that complies with the
Caltrans Construction Site Monitoring Program Guidance Manual.
Add Section 13-3.01C(5):
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.
Contract Number 25-03-C
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 the 2"d paragraph of Section 13-5.04 with:
The payment quantity for temporary soil stabilization bid items is paid for by lump sum. The contract price
paid for temporary soil stabilization shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and doing all the work involved in placement of temporary soil stabilization,
complete in place.
If there is no bid item for temporary soil stabilization, payment therefore is included in the bid item for
prepare and implement stormwater pollution prevention plan.
Replace Section 13-6.04 with:
13-6.04 PAYMENT
The payment quantity for temporary sediment control bid items is paid for by lump sum. The contract
price paid for temporary soil stabilization shall include full compensation for furnishing all labor, materials,
tools, equipment, and incidentals, and doing all the work involved in placement of temporary soil
stabilization, complete in place.
If there is no bid item for temporary sediment control, payment therefor is included in the bid item for
prepare and implement stormwater pollution prevention plan, as applicable.
Contract Number 25-03-C
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 and implement water pollution
control program or in the bid item for prepare and implement stormwater pollution prevention plan, as
applicable.
Replace the 1st paragraph and the 1' line of the 2nd paragraph of Section 13-8.01C(2)with:
Within 20 days of Contract approval, submit 3 copies of the ATS plan if an ATS plan is required for the
project.
The plan, if required, must include:
Replace the word "Department's" with "Caltrans" in items 3 and 4 of the list in Section 13-
8.01 C(2).
14 ENVIRONMENTAL STEWARDSHIP
Replace the 2nd paragraph of section 14-6.0313 with:
The Department anticipates nesting or attempted nesting from February 1 to September 1.
Replace the 9th paragraph of section 14-6.0313 with:
If ordered, perform protection measures detailed in Section 14-6.07.
Add Section 14-6.06:
Section 14-6.06 Water Quality Protection Measures
1. Notify the Engineer immediately following any accidental discharge of a reportable quantity of a
hazardous material, sewage, or an unknown material (Water Code, Section 13271 and Health and
Safety Code, Section 25501).
2. Notify the Engineer immediately following a violation of compliance with a water quality standard.
3. Do not discharge materials that contain oil, grease, wax, or other materials that result in a visible film
or coating in any waterway during wet or dry conditions.
4. Do not discharge sediment or dust abatement chemicals into any surface waters during dust
abatement activities.
5. Do not use dust abatement products or additives known to be detrimental to water quality or wildlife.
6. Keep a copy of your Spill Prevention, Containment and Cleanup Plan at the project site.
7. Do not refuel equipment within 300 feet of the waterway. If critical equipment must be refueled within
300 feet of the waterway, spill prevention and countermeasures must be implemented to avoid spills.
8. Provide secondary containment including drip pans and or placement of absorbent material in
refueling areas.
9. Do not store hazardous materials, pesticides, fuels, lubricants, oils, hydraulic fluids, or other
construction related potentially hazardous substances within 300 feet of the waterway.
10. Remove all project waste from the site daily.
11. Clean construction equipment prior to arriving to and departing the site to reduce the spread of
noxious weeds.
12. Protect all disturbed areas from washout and erosion.
13. Do not use netting material for sediment control.
14. Do not store stockpiled topsoil within 300 feet of the waterway without the approval of the Engineer.
Erosion and sediment control measures must be implemented to protect the topsoil and surface
waters.
Add to section 14-6.07:
Contract Number 25-03-C
14-6.07 BIRD AND BAT PROTECTION MEASURES
14-6.07A General
14-6.07A(1) Summary
Section 14-6.06 includes specifications for protection measures to prevent nesting or attempted nesting of
migratory or nongame birds on the Houghton Canal Bridge during the nesting season as well as roosting
bats which will occur during the course of construction.
Nesting, attempted nesting, and roostingis anticipated from February 1 through September 1.
14-6.07A(2) Definitions
nesting season: the dates the Department anticipates nesting or attempted nesting. Comply with Section
14-6.0313.
14-6.07A(3) Submittals
Submit an exclusion plan prepared by a qualified biologist to the Engineer. Allow 10 days for review.
Do not install exclusion device or remove partially completed nests on the new until the plan is approved
by the Engineer.
The exclusion plan must include:
1. Title Sheet
2. Table of Contents
3. Proposed exclusion method based on a risk assessment of the project site
4. Proposed exclusion devices and materials to be used to exclude nesting birds and roosting bats
5. Schedule of installation of exclusion devices
6. Removal and disposal method for partially constructed and unoccupied nests
7. Inspection and maintenance schedule
8. Methods of maintenance and monitoring
9. PLAC requirements
14-6.07A(4) Quality Control and Assurance
Monitor the effectiveness of the bird and bat exclusion devices.
If a nest becomes established during the nesting season:
1. Do not remove.
2. Immediately contact the Engineer for evaluation and discussions of possible actions to avoid
disrupting the nesting activity.
14-6.07B Materials
You may not use devices that include netting.
14-6.07C Construction
Install bird and bat exclusion device no later than February 1, 2026. You are responsible to ascertain
water condition in channel at the time of installation.
Install exclusion device to completely block bird and bat access to temporary and permanent structures that
are suitable for nesting/roosting.
During the nesting season, nest removal is not allowed. If attempted nesting occurs during the nesting
season, you may remove the nests prior to the nests becoming one-third complete.
During the non-nesting season, nest removal is allowed.
Contract Number 25-03-C
Clean bird or bat waste or other debris from the contact surfaces of the bridge before installing the exclusion
device.
Do not allow material to fall into waterways.
You must monitor weekly to maintain and repair devices during construction.
Upon completion of the work, remove bird and bat exclusion device.
14-6.07D Payment
Payment for preparing and submitting the Bird Exclusion Plan, including nest and waste removal is
included in the payment for BIRD EXCLUSION PLAN bid item. Payment for furnishing, preparing,
installing, and daily monitoring bird exclusion devices for the new bridge and for maintaining the bird
exclusion devised on the exiting bridge is included in the payment for INSTALL AND MAINTAIN BIRD
EXCLUSION DEVICES bid item.
No additional compensation is allowed.
Replace Section 14-6.06—14-6.10 with:
14-6.08— 14-6.10 RESERVED
Add to the end of section 14-9.02:
The US EPA has established the National Emission Standards for Hazardous Air Pollutants (NESHAP).
Under the Health & Safety Code § 39658(b)(1), your demolition and rehabilitation activities must comply
with 40 CFR 61, Subpart M (National Emission Standard for Asbestos).
The asbestos survey and sampling report for this project is included in the Information Handout.
You must notify the SJVAPCD of your demolition activities even if the activities will not disturb asbestos-
containing material.
You may obtain the notification form, submittal instructions, and other information from:
San Joaquin Valley Air Pollution Control District (SJVAPCD)
Central Region Office
1990 E Gettysburg Ave
Fresno, CA 93726
(559)230-5950
asbestos.centraI@vaIleyair.org
https://www.valleyai r.org/com pl iance/demol ition-renovation/demolition/
Instead of the 10 days specified at the website, submit a notification form to the SJVAPCD at least 15
days before starting demolition or rehabilitation activities.
Submit a copy of the notification form and the necessary attachments as informational submittals before
starting demolition or rehabilitation activities.
If you discover unanticipated asbestos-containing material during the demolition or rehabilitation activities,
immediately stop work in that area and notify the Engineer. The Department will use other forces to
remove and dispose of the material. Do not resume work in the area until authorized.
Notify the SJVAPCD of a change to your demolition or rehabilitation activities, including a revised work
plan or the discovery of unanticipated asbestos-containing materials, within 2 business days of the
change or discovery.
Replace at least once a week in the 2nd sentence of the 3rd paragraph of section 14-10.01 with:
Daily
Contract Number 25-03-C
Replace the 8th 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.
Add after the 2nd paragraph of section 14-11.12A:
This project includes removal of yellow thermoplastic and/or yellow painted traffic stripe and/or pavement
marking that will produce hazardous waste residue.
Add after the 1st paragraph of 14-11.12E:
After the Engineer accepts the analytical test results, dispose of yellow thermoplastic and yellow paint
hazardous waste residue at a Class 1 disposal facility located in California 30 days after accumulating
220 lb of residue.
If less than 220 lb of hazardous waste residue and dust is generated in total, dispose of it within 60 days
after the start of accumulation of the residue.
Replace section 14-11.14 with:
14-11.14 TREATED WOOD WASTE
14-11.14A General
Section 14-11.14 is applicable to the project. Wood removed from guardrail, signs, or structures is
considered treated wood waste. Any wood removed from the project site including the existing timber
beams and abutment sill plates, timber railing, and other miscellaneous timber members is 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.
Payment for handling, storing, transporting, and disposing of treated wood waste is included in the lump
sum prices paid for Bridge Removal and no additional compensation will be allowed therefore.
14-11.1413 Submittals
Within 5 business days of disposing of treated wood waste, submit as an informational submittal a copy of
each completed shipping record and weight receipt.
14-11.14C Training
Provide training to personnel who handle or may come in contact with treated wood waste. Training must
include:
1. Requirements of 8 CA Code of Regs
2. Procedures for identifying and segregating treated wood waste
3. Safe handling practices
4. Requirements of Health &Safety Code §25230 et seq
5. Proper disposal methods
Maintain training records for 3 years after contract acceptance.
14-11.14D Storage of Treated Wood Waste
Store treated wood waste at the jobsite until transport to the CA permitted disposal site.
Until disposal, store treated wood waste using the following methods:
Contract Number 25-03-C
1. Raise the waste on blocks above a foreseeable run-on elevation and protect it from precipitation for
no more than 90 days.
2. Place the waste on a containment surface or pad protected from run-on and precipitation for no more
than 180 days.
3. Place the waste in water-resistant containers designed for shipping or solid waste collection for no
more than 1 year.
4. Place the waste in a storage building as defined in Health & Safety Code §25230 et seq.
Prevent unauthorized access to treated wood waste using a secure enclosure such as a locked chain-
link-fenced area or a lockable shipping container located within the job site.
Resize and segregate treated wood waste at a location where debris including sawdust and chips can be
contained. Collect and manage the debris as treated wood waste.
Identify treated wood waste and accumulation areas using water-resistant labels that comply with Health
& Safety Code §25230 et seq. Labels must include:
1. The words TREATED WOOD WASTE Do not burn or scavenge
2. The words Caltrans District and the district number
3. The words Construction Contract and the contract number
4. District office address
5. Engineer's name, address, and telephone number
6. Contractor's contact name, address, and telephone number
7. Date placed in storage
14-11.14E Transport and Disposal of Treated Wood Waste
Dispose of treated wood waste within:
1. 90 days of generation if stored on blocks
2. 180 days of generation if stored on a containment surface or pad
3. 1 year of generation if stored in a water-resistant container or within 90 days after the container is full,
whichever is shorter
4. 1 year of generation if stored in a storage building as defined in Health & Safety Code §25230 et seq
Before transporting treated wood waste, obtain agreement from the receiving facility that it will accept the
waste. Protect shipments of the waste from loss and exposure to precipitation. For projects generating
10,000 lb or more of treated wood waste, request a generator's EPA Identification Number from the
Engineer at least 5 business days before the 1st shipment. Each shipment must be accompanied by a
shipping record such as a bill of lading or invoice that includes:
1. The words Caltrans District and the district number
2. The words Construction Contract and the contract number
3. District office address
4. Engineer's name, address, and telephone number
5. Contractor's name, contact person, and telephone number
6. Receiving facility's name and address
7. Description of the waste (e.g., treated wood waste with preservative type if known or
unknown/mixture)
8. Project location
9. Estimated weight or volume of the shipment
10. Date accumulation begins
11. Date of transport
12. Name of transporter
13. Date of receipt by the treated wood waste facility
14. Weight of shipment measured by the receiving facility
15. Generator's US EPA Identification Number for projects generating 10,000 lb or more of treated wood
waste
Contract Number 25-03-C
The shipping record must be 8-1/2 by 11 inches and a 4-part carbon or carbonless form to provide copies
for the Engineer, transporter, and treated wood waste facility.
Transport treated wood waste directly to the CA permitted disposal site after leaving the jobsite. Do not
mix treated wood waste from the job site with waste from any other generator.
Dispose of treated wood waste at one of the following:
1. An approved California disposal site operating under a RWQCB permit that includes acceptance of
treated wood waste
2. California disposal site operating under a DTSC permit that includes acceptance of treated wood
waste
Treated wood waste may be disposed as a hazardous waste at any of the following Resource
Conservation and Recovery Act (RCRA) Subtitle C disposal facilities:
1. US Ecology, Beatty, Nevada
2. US Ecology, Grandview, Idaho
3. Chemical Waste Management of the Northwest, Arlington, Oregon
Replace section 14-11.16 with:
14-11.16 ASBESTOS-CONTAINING CONSTRUCTION MATERIALS IN BRIDGES
14-11.16A General
Section 14-11.16 includes specifications for removing and managing asbestos-containing construction
materials (ACCM) in bridges.
This project could involve the removal and management of ACCM. Testing may be completed to make
this determination.
The removal and management of asbestos must comply with:
1. Health and Safety Code Div 20 Ch 6.5, Hazardous Waste Control
2. 8 CA Code of Regs § 5208
3. 8 CA Code of Regs §§ 1529 and 341.6-341.17
4. 22 CA Code of Regs Div 4.5
5. 29 CFR 1926
6. 40 CFR 61 Subpart M - National Emissions Standard for Asbestos
7. Bus & Prof Code §§ 7058.5-7058.6, 7180-7189.7, and 7028.1
Friable ACM generated as part of this project is a Department-generated hazardous waste as specified in
section 14-11.07.
14-11.16B Definitions
asbestos: Any of several minerals that readily separate into long flexible fibers. Includes chrysotile,
amosite, crocidolite, tremolite, anthrophyllite, actinolite, and any of these minerals that has been
chemically treated, altered, or both.
asbestos-containing construction materials (ACCM): Manufactured construction material which
contains more than 1/10th of 1 percent asbestos by weight under 8 CA Code of Regs § 341.6.
asbestos-containing material (ACM): Building material, including asbestos cement pipe and concrete,
containing more than 1 percent asbestos by weight, area, or count under 40 CFR§ 61.145.
Category I nonfriable ACM: Asbestos-containing packings, gaskets, resilient floor covering, and asphalt
roofing products containing more than 1 percent asbestos under 40 CFR§ 61.141.
Contract Number 25-03-C
Category II nonfriable ACM: Any material, excluding Category I nonfriable ACM, containing more than 1
percent asbestos that, when dry, cannot be crumbled, pulverized, or reduced to powder by hand
pressure under 40 CFR § 61.141.
certified asbestos consultant: Asbestos consultant certified by Cal/OSHA under 8 CA Code of Regs §§
341.15 and 1529. A certified asbestos consultant must be registered or working for a company
registered under Labor Code § 6501.5 and certified under Bus & Prof Code § 7058.6.
friable ACM: Material containing more than 1 percent asbestos, as determined by polarized light
microscopy, that can be crumbled, pulverized, or reduced to powder by hand pressure when dry
under 22 CCR§ 66261.24.
nonfriable ACM: Material containing more than 1 percent asbestos by area with asbestos fibers that:
1. Are tightly bound into the matrix of the material
2. Should not become an airborne hazard as long as the material remains intact and undamaged and is
not sawed, sanded, drilled, or otherwise abraded during removal
nonhazardous asbestos waste: ACCM with an asbestos concentration less than 1 percent or nonfriable
ACM. These wastes are not hazardous wastes under 22 CA Code of Regs Div 4.5.
regulated asbestos-containing material (RACM): Under 40 CFR § 61.141, RACM is defined as any of
the following:
1. Friable ACM
2. Category I nonfriable ACM that has become friable or will be or has been subjected to sanding,
grinding, cutting, or abrading
3. Category 11 nonfriable ACM that may become, has become, or has a high probability of becoming
friable
14-11.16C Site Conditions
An additional asbestos survey may be performed for bridge no. 42C0486.
The relevant portions of the asbestos survey report will be included in the Information Handout.
ACCM may be present and could be disturbed by work.
14-11.16D Submittals
14-11.16D(1) General
Not Used
14-11.16D(2) Asbestos Compliance Plan
Submit an asbestos compliance plan for preventing or minimizing workers' exposure to asbestos during
demolition or renovation activities. Submit the plan at least 15 days before starting bridge demolition or
renovation activities in areas containing or suspected to contain asbestos. The plan must be prepared
and signed and sealed by a CIH with experience and knowledge of asbestos removal work and by the
certified asbestos consultant who will direct the removal, storage, transportation, and disposal of ACM.
The plan must include:
1. Identification of key personnel for the project
2. Scope of work and equipment to be used
3. Job hazard analysis for work assignments
4. Summary of risk assessment
Contract Number 25-03-C
5. Description of personal protective equipment
6. Delineation of work zones at the job site
7. Decontamination procedures
8. General safe work practices
9. Security measures
10. Emergency response plans
11. Safety training program
14-11.16D(3) Asbestos Removal Work Plan
If asbestos is determined to be present at the site, submit a work plan for the removal and management
of asbestos 15 days before starting bridge demolition or renovation activities in areas containing or
suspected to contain asbestos. The work plan must be prepared and signed and sealed by a certified
asbestos consultant and include:
1. Name of the certified asbestos consultant who will direct the removal, storage, transportation, and
disposal of ACM.
2. Locations at the perimeters of abatement work areas where asbestos warning signs will be installed.
3. Summary of the methods and techniques for removal, handling, packaging, labeling, storing,
transporting, and disposing of waste materials.
4. Instructions for wetting asbestos materials with sprayers.
5. Description and locations of disposal bins for temporary storage of asbestos until removal from the
job site.
6. Name and address of the hazardous waste transporter that will transport friable ACM. The transporter
must be registered with the DTSC to transport hazardous waste under the Health and Safety Code
Div 20 Ch 6.5 and 22 CA Code of Regs Div 4.5.
7. Name and address of the California disposal facility permitted for the disposal of ACM.
8. Documentation of compliance with federal, State, and local requirements for asbestos work,
transport, and disposal.
14-11.16D(4) Certification of Completed Safety Training
If asbestos is determined to be present at the site, submit a certification of completed safety training for all
personnel before starting work in areas containing or suspected to contain asbestos.
14-11.16D(5) Asbestos Removal Report
If asbestos is determined to be present at the site, submit an asbestos removal report documenting your
compliance with the asbestos removal work plan. Submit the report to the Engineer and the APCD or
AQMD within 30 days after removing ACM from the job site.
14-11.16D(6) Disposal Documentation
If friable ACM materials will be disposed, submit a copy of the hazardous waste manifest for each
shipment of friable ACM. Submit a copy of the waste shipment record for each shipment of nonhazardous
asbestos waste.
Within 5 business days of transporting hazardous and nonhazardous asbestos waste, submit
documentation of proper disposal from the receiving disposal facility.
14-11.16E Health and Safety
Before starting work in areas that may contain or are suspected to contain asbestos, provide safety
training complying with 8 CA Code of Regs § 1529 to State employees who may enter the work area.
Provide training, personal protective equipment, and medical surveillance as required by the asbestos
compliance plan for 3 employees.
14-11.16F Removal and Disposal of Unanticipated Asbestos
If you discover unanticipated asbestos during demolition or rehabilitation activities, immediately stop work
in that area and notify the Engineer.
Contract Number 25-03-C
The removal and disposal of ACM not identified in the asbestos survey report is change order work.
14-11.16G Removal of Asbestos
Remove asbestos under 8 CA Code of Regs § 1529 and 341 et seq. Remove friable asbestos using the
wetting method. Remove and handle nonfriable asbestos such that you prevent breakage.
You are not required to remove asbestos encased in concrete or similar structural material before starting
demolition. Keep the asbestos wet whenever it is exposed during demolition activities. Prevent airborne
emissions from asbestos removal activities.
Mark the regulated work areas with warning signs that read, Danger, Asbestos, Cancer and Lung
Disease Hazard, Authorized Personnel Only. The message must be legible from a distance of 20 feet by
persons with 20/20 vision or vision corrected to 20/20.
14-11.16H Packaging and Temporary Storage of Asbestos-Containing Material
Package and label removed ACM under 22 CA Code of Regs § 66262.30 et seq. Place the removed
ACM in minimum, 0.006-inch-thick, double-ply, plastic bags with clearly visible and legible labels affixed
to the bags. The labels must read, Danger/Contains Asbestos Fibers/Avoid Creating Dust/Cancer and
Lung Disease Hazard. Wet the waste before placing it in the plastic bag to prevent asbestos fibers from
becoming airborne if the bag is broken.
Do not break apart bulk waste that will not fit inside a plastic bag. Instead, wet the waste, wrap it in
plastic, and seal it with packaging or duct tape until it is leak-proof. Place the wrapped and sealed ACM
directly into a covered, lockable, roll-off or drop box lined with plastic sheeting and labeled on all sides.
The labels must be legible and read, Danger/Contains Asbestos Fibers/Avoid Creating Dust/Cancer
and Lung Disease Hazard.
14-11.161 Transport and Disposal of Asbestos-Containing Construction Materials
14-11.161(1) General
Dispose of ACCM at a California disposal facility operating under a RWQCB permit to accept asbestos
waste. Notify the facility at least 5 business days before the delivery of ACCM.
14-11.161(2) Friable Asbestos-Containing Material
Transport and dispose of friable ACM as a hazardous waste. The Engineer provides the Department's
EPA Identification Number for hazardous waste disposal. The Engineer signs the hazardous waste
manifests. Notify the Engineer 5 business days before the manifests are to be signed.
Use a transporter for friable ACM with:
1. Current DTSC registration for transporting hazardous waste
2. US EPA Identification number
3. Proof of completion of the California Highway Patrol's Basic Inspection of Terminals Program with a
satisfactory rating
The transporter's vehicles must carry a valid DTSC registration when transporting friable ACM.
14-11.161(3) Nonhazardous Asbestos Waste
Transport nonhazardous asbestos waste to the disposal facility with a waste shipment record.
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. You are
responsible to pay to the SJVAPCD any fees which may be required. 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.
Contract Number 25-03-C
In accordance with SJVAPCD Regulation VIII — Fugitive PM10 Prohibitions: Rule 8021, implementation of
an SJVAPC D-a p proved dust control plan is required prior to commencement of any dust generating
activities.
Replace Section 14-12.05-14.12.08 with:
14-12.05-14.12.08 RESERVED
16 TEMPORARY FACILITIES
Replace Section 16-2.05 with:
16-2.05 JOB SITE WATER CONTROL
16-2.05A General
16-2.05A(1) Summary
Section 16-2.05 includes specifications for controlling water to provide a dry working area at the job site,
and to provide for continued use of Houghton Canal during construction operations.
Houghton Canal is under the jurisdiction of Fresno Irrigation District (FID). The Contractor shall notify the
Engineer and FID at least 48 hours prior to commencing any work within the channel.
Contractor to confirm start date of construction work within Houghton Canal with FID, Jeremy Landrith at
(559) 233-7161.
Based on communication with the FID, County of Fresno understands that they will account for minimum
flows as stated in section 5-1.36G(5)(a). If water diversion becomes necessary, flow would be allowed to
pass through the existing channel under the bridge. Diversion methods may include the use of pipes or
coffer dams, or other structural methods approved by the County, Engineer, and California Department
of Fish and Wildlife.
16-2.05A(2) Submittals
It shall be the responsibility of the Contractor to ascertain conditions of flow in pipelines, ditches or
channels where construction operations might interfere with such flow and cooperate with all owners
involved in maintaining channel flow.
Prior to commencement of construction within Houghton Canal, submit to the Engineer and FID a water
control plan for the structure consistent with the construction documents and requirements in these
Special Provisions.
The water control plan shall include a description of the measures the Contractor will take to convey the
flow of water through the construction sites, at all times during construction of the project.
The water control plan shall include a description of the proposed cofferdam configuration, pipe type(s)
and size(s), and a description of the means of directing water into said pipe(s) such that retained water
will flow perceptibly and will not stagnate.
16-2.05A(3) Construction
Construction within the channel shall not commence until Contractor's submittal has been approved by
the Engineer.The Engineer's review of the submittal shall be completed within five working days of receipt
of said submittal. In the event that a submittal is rejected, the Engineer's review of any subsequent re-
submittals shall each be completed within five working days of receipt of said re-submittal. The Contractor
Contract Number 25-03-C
shall not be entitled to any extension of time, nor any other compensation for delays in commencement of
construction due to rejection of said submittal or re-submittals.
The Contractor may construct temporary cofferdams upstream and downstream of the site. The material
to construct cofferdams shall be provided by the Contractor and shall be free from debris and deleterious
materials. Cofferdams shall not be constructed until approved by the Engineer and by FID.
The top of all cofferdams shall be at an elevation no higher than one foot below the high-water mark of
Houghton Canal in question in the area of construction. The Contractor shall be responsible for
maintenance of all cofferdams and shall immediately repair any leaks or scour damage after occurrence,
as directed by the Engineer.
All work to construct cofferdams and all work to remove cofferdam materials from the channel shall be
performed in a manner such that the banks and channel bottom are not excavated or otherwise disturbed.
All material used to construct cofferdams shall be removed from the Houghton Canal when the cofferdam
is no longer needed. Cofferdams shall be watered and compacted to 90% minimum relative compaction.
Upon completion of all construction in the Houghton Canal, except as otherwise shown on the plans, the
Contractor shall restore the channels to their original condition. All materials used in the construction of
water diversion or conveyance structures, including, but not limited to, pipes, cofferdam backfill and rock
slope protection, if applicable, shall be removed and shall become the property of the Contractor and shall
be disposed of by the Contractor at the Contractor's expense.
16-2.05A(4) Payment
Full compensation for conforming with the requirement of this section shall be considered to be included
in the bid item Job Site Water Control & Diversion, and no additional compensation will be allowed
therefore.
The Contractor, at the Contractor's expense, shall be responsible for repairing any damage to the
structure, falsework, or any other associated facilities which occurs due to the release of water in volumes
less than or equal to the required flow conveyance.
The Contractor shall not be entitled to any additional compensation for conforming with any limitations or
restrictions imposed by any agency or organization on construction techniques allowed within or adjacent
to Houghton Canal.
DIVISION III EARTHWORK AND LANDSCAPPE
17 GENERAL
Add to section 17-2.01:
In addition, the following existing facilities, as described below and as shown on the plans, shall be
removed and disposed or salvaged by the Contractor:
1. Remove existing driveways and approaches.
2. Remove and salvage existing mailboxes.
3. Remove and dispose of existing signs, markers, traffic paddles, and guardrails.
4. Remove any additional items encountered by the Contractor that are associated with the
completion of this project as determined necessary by the County.
5. Remove all excess construction materials and equipment at the end of the project
Contract Number 25-03-C
Replace the 1st sentence in the 2"d paragraph in section 17-2.03B with:
Cut tree branches that extend over the roadway and hang within 20 feet of finished grade as directed by
the engineer.
Add to end of 17-2.03C:
Tree removal was performed in a previous contract. Any remaining tree stumps, roots, or associated
growth shall be considered to be included in the bid item for"clearing and grubbing".
If the original grading plane is lower than the finish grade, completely remove trees, stumps, and roots at
least 2 feet below the original grade.
If the finish grading plane is lower than the original grade, completely remove trees, stumps, and roots at
least 2 feet below the finish grade.
Replace section 17-2.04 with:
The payment quantity for Clearing and Grubbing bid item is paid for by lump sum. The contract price paid
for Clearing and Grubbing shall include full compensation for furnishing all labor, materials, tools,
equipment, disposal, and incidentals, and doing all the work involved in clearing and grubbing, complete
in place.
19 EARTHWORK
Add to section 19-2.01A:
Included in the work shall be all associated sawcutting of pavement and grading areas to drain, and the
scarification and recompacting to 95% relative compaction of the top 6 inches of the subgrade.
Add to section 19-2.0313:
Dispose of surplus material. Ensure enough material is available to complete the roadway before
disposing of it. Disposal of surplus material by the Contractor shall be paid as part of this item.
Add to section 19-2.04B:
The payment quantity for Roadway Excavation bid item is paid for by lump sum. The contract price paid
for Roadway Excavation shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and doing all the work involved in roadway excavation, hauling, and disposal,
complete in place, as shown on the plans and as specified in the 2023 Standard Specifications and these
Special Provisions and as directed by the Engineer.
Add to section 19-5.03A:
Relative compaction shall mean the ratio of the field dry density to the laboratory maximum dry density
expressed as a percentage.
Replace the first paragraph of Section 19-5.03B with:
Compact earthwork to a relative compaction of at least 95 percent for at least a depth of:
1. 0.5 foot below the grading plane for the width between the outer edges of shoulders on excavation
and embankments smaller than 2.5 feet above original grade.
2. 2.5 feet below the finished grade for the width of the traveled way plus 3 feet on either side (6 feet
wider)on embankments.
Contract Number 25-03-C
Add to section 19-6.03B:
The estimated subsidence under the approach embankment at the abutments is expected to be on the
order of 1 '/2 to 2 inches, which should be considered for the additional quantity and cost of the
embankment and import borrow.
Add to section 19-6.03D
It is recommended that the approach fill be constructed prior to the foundation installation. However, a
settlement waiting period is not required.
Add to section 19-6.04
Refer to the Standard Specifications and SSP for details based on the estimated settlement discussed in
Section of 11.5 of the Foundation Report.
Add to section 19-7.02A
Obtaining imported borrow includes the following:
1. Clearing and grubbing material site.
2. Selecting material within the source.
3. Screening and wasting from 30 to 50 percent of the finer material.
4. Washing materials so that the imported borrow complies with the sand equivalent requirements.
Add to section 19-7.02C
Imported borrow placed within 4 feet of the finished grade must have an R-value of at least 15.
Replace section 19-7.04C with:
Borrow Material shall be measured by the cubic yard. Quantities of borrow material will be computed by
means of average end areas and distances between these areas, except at provided in the following
paragraph:
When due to changed conditions of the nature of a particular operation or for any other reason, it is
impossible or impractical to measure quantities of borrow material by means of average areas, the
Engineer will compute the quantities of material excavated by a method which in their opinion is best
suited to obtain an accurate determination.
The contract price paid per cubic yard for Borrow Material (import) shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in
performing borrow material loading, hauling, depositing, spreading and compacting the material complete
in place, preparing subgrade at the grading plane, and scarifying and compacting the top 6" of subgrade
as shown on the plans and as specified in the 2023 Standard Specifications and these Special Provisions
and as directed by the Engineer.
Add to the list in the first paragraph of Section 19-9.02:
1. Import Borrow
2. Native Soil
Add after the 511 paragraph of Section 19-9.02:
When native soil or import borrow is used, material shall be readily compactable, shall not contain
deleterious materials, shall pass 100% through a 2-inch sieve, 20% to 40% passing the #200 sieve, a
Plasticity Index less than 10, and shall provide a stable surface and uniform appearance as determined by
the engineer.
Contract Number 25-03-C
20 LANDSCAPE
Replace Section 20-1.0213 with:
20-1.0213 Water
Make arrangements for supplying water. Water must be of a quality that promotes plant growth.
Add to section 20-2.1013:
20-2.10B(13) Irrigation `Alfalfa' Valves
Existing irrigation 'alfalfa' valves will be salvaged and relocated as shown on the plans and as directed by
the Engineer.
Add to section 20-2.10C(1):
4. Irrigation 'alfalfa' valves
Replace section 20-2.1 OD with:
Payment quantity for Relocate Irrigation 'Alfalfa'Valve bid item is paid for by each. The contract price paid
for Relocate Irrigation 'Alfalfa' Valve shall include compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all work involved in salvaging and relocating each valve,
complete in place, as shown on the plans, and as specified in 2023 Standard Specifications and these
Special Provisions, and as directed by the Engineer.
21 EROSION CONTROL
Add to the end of section 21-2.01C(1):
Develop and submit native seed mix for approval to the Engineer prior to ordering seed from seed
supplier. Allow 7 days for Department to review.
Add to beginning of section 21-2.01C(3):
All reseeding of disturbed soil areas and newly constructed slopes will use an appropriate native seed mix
of at least three locally common native herbaceous species, or as directed by CDFW. Native seed mix is
to be developed by the contractor and approved by the Engineer and CDFW as applicable.
Only certified noxious weed-free erosion control materials will be used by the Contractor. All straw and
seed material must be certified as weed-free prior to being used within the Project Area.
Replace section 21-2.04:
Areas disturbed by your construction activities that are outside and beyond the areas shown on the Plans
to receive hydroseed must also be hydroseeded. The price paid for Permanent Hydroseed is considered
to cover the costs for hydroseeding all areas disturbed by your construction activities, including areas
outside and beyond the areas shown on the Plans to receive hydroseed, and no additional compensation
will be allowed therefore.
Full compensation for all work pertaining to and conforming with the requirement of this section and
Permanent Erosion Control Establishment Work shall be considered to be included in the bid item
Hydroseed, and no additional compensation will be allowed therefor.
The payment quantity for Hydroseeding is measured by the square foot. The contract price paid for
Hydroseeding shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work involved in hydroseeding, complete and in place, as shown on the
Contract Number 25-03-C
plans and as specified in the 2023 Standard Specifications and these Special Provisions and as directed
by the Engineer.
Replace section 21-3 with:
21-3 PERMANENT EROSION CONTROL ESTABLISHMENT WORK
21-3.01 GENERAL
21-3.01A Summary
Section 21-3 includes specifications for performing permanent erosion control establishment work.
Permanent erosion control establishment work consists of bi-weekly inspections of the project site for
deficiencies in erosion control features.
The permanent erosion control establishment period starts after permanent erosion control work has
been completed.
The Engineer notifies you when the permanent erosion control establishment period starts and furnishes
weekly statements regarding the number of working days credited to the permanent erosion control
establishment period after the notification.
At the start of the permanent erosion control establishment period, you may request relief from
maintenance and protection for work items that are not associated with water pollution control and
permanent erosion control establishment work.
Working days on which no work is required during the permanent erosion control establishment period
are credited as permanent erosion control establishment working days, regardless of whether or not you
performed permanent erosion control establishment work.
Working days on which you fail to adequately perform permanent erosion control establishment work as
required are not credited as permanent erosion control establishment working days.
Working days that occur after you fail to meet a due date for a Permanent Erosion Control Establishment
(PECE) Report submittal will not be credited as permanent erosion control establishment working days.
21-3.01B Definitions
Not Used
21-3.01C Submittals
Submit a Permanent Erosion Control Establishment (PECE) Report form as an informational submittal
within 24 hours of completing a bi-weekly inspection and within 24 hours of each qualifying rain event.
The WPC manager is responsible for the preparation and submittal of the PECE report. The report must
identify any deficiencies that require repair, adjustment, or reapplication of materials, including:
1. Slides
2. Slipouts
3. Surface erosion
4. Damage to:
4.1. Erosion control devices
4.2. Water pollution control devices
5. Poor seed germination
6. Poor plant growth
7. Dead or damaged erosion control plant material
8. Misaligned features
Contract Number 25-03-C
9. Required repair work
21-3.01D Quality Assurance
Perform a final inspection of the permanent erosion control establishment work in the presence of the
Engineer 20 to 30 days before the anticipated contract acceptance date provided by the Engineer.
21-3.02 MATERIALS
Not Used
21-3.03 CONSTRUCTION
Perform work ordered from the PECE report. This work is change order work.
21-3.04 PAYMENT
Payment for bi-weekly inspection and preparation of PECE Report is included in the payment for
PERMANENT EROSION CONTROL ESTABLISHMENT INSPECTION to be paid by inspection month.
Department determines the cost for work ordered from the PECE Report under section 9-1.04.
The Department withholds payment until PECE Reports are submitted.
22 FINISHING ROADWAY
Replace section 22-1.04 with:
Payment quantity for Finishing roadway bid item is paid for by lump sum. The contract price paid for
Finishing shall include compensation for furnishing all labor, materials, tools, equipment, and incidentals,
and for doing all work involved in finishing the roadway, complete in place, as shown on the plans, and as
specified in 2023 Standard Specifications and these Special Provisions, and as directed by the Engineer.
DIVISION IV SUBBASE AND BASE
24 STABILIZED SOILS
Replace the word "Department's" with "Caltrans" in the 1st paragraph of Section 24-1.01 C(1).
Delete the 4th paragraph of Section 24-1.01 C(1).
26 AGGREGATE BASES
Add to section 26-1.02A
Aggregate base shall be Class 2, %" maximum gradation.
Add to section 26-1.0213:
In addition to the aggregate base qualities in the 2023 Standard Specifications, aggregate base shall also
conform to the quality requirements as follows:
Contract Number 25-03-C
Table 1: Angularity Requirements for Aggregate Base
SPECIFICATION CALIFORNIA REQUIREMENT
TEST
Percentage crushed particles (%, min.) '
One fractured face 205 75
Two fractured faces 50
Applies to material retained on No. 4 sieve only
Replace section 26-1.04 with:
Payment quantity for Aggregate base—Class 2 bid item shall be measured by the cubic yard. The
contract price paid for aggregate base—Class 2 shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals and doing all the work involved in placement, constructing
and compacting aggregate base, complete in place, as shown on the plans, as specified in the 2023
Standard Specifications and the Special Provisions, and as directed by the Engineer.
27 CEMENT TREATED BASES
Replace the table in Section 27-1.01 D(3)with:
Quality characteristic Test method
Aggr ate gradation California Test 202 modified
Sand equivalent California Test 217
R-valuea California Test 301
Optimum moisture content California Test 312
Moisture content California Test 226
Relative compaction California Test 312 or 231
Compressive strengthb California Test 312
28 CONCRETE BASES
Add to the beginning of Section 28-1.01D(1):
Testing laboratories and testing equipment must comply with the Caltrans Independent Assurance
Program.
Sample the base under California Test 125.
30 RECLAIMED PAVEMENT
Replace the word "Department's" with "Caltrans" in the 2nd paragraph of Section 30-1.01 D(4)(b).
Add to the end of section 30-4.02A:
Unconfined compressive strength testing and test results will be handled during preconstruction meeting.
DIVISION V SURFACINGS AND PAVEMENTS
36 GENERAL
Contract Number 25-03-C
Replace Section 36-3 with:
36-3 PAVEMENT SMOOTHNESS
36-3.01 GENERAL
36-3.01A Summary
Section 36-3 includes specifications for measuring the smoothness of pavement surfaces.
36-3.01 B Definitions
Reserved
36-3.01C Submittals
36-3.01 C(1) General
Reserved
36-3.01 C(2) Reserved
36-3.01 C(3) Reserved
36-3.01C(4) Straightedge Measurements
Within 2 business days of measuring smoothness with a straightedge, submit a list of the areas requiring
smoothness correction. Identify the areas by:
1. Location number
2. District-County-Route
3. Beginning station or post mile to the nearest 0.01 mile
4. For correction areas within a traffic lane:
4.1. Lane direction, NB, SB, EB, or WB
4.2. Lane number from left to right in the direction of travel
4.3. Wheel path, L for left, R for right, or B for both
5. For correction areas not within a traffic lane:
5.1. Identify the pavement area, such as shoulder, weigh station, or turnout
5.2. Direction and distance from the centerline, L for left or R for right
6. Estimated size of correction area
36-3.01 D Quality Assurance
36-3.01 D(1) General
Reserved
36-3.01 D(2) Reserved
36-3.01 D(3) Quality Control
36-3.01 D(3)(a) General
Reserved
36-3.01 D(3)(b) Smoothness
36-3.01 D(3)(b)(i) General
Test pavement smoothness using a 12-foot straightedge for the pavement at:
1. Traffic lanes less than 1,000 feet in length, including ramps, turn lanes, and acceleration and
deceleration lanes
2. Areas within 15 feet of manholes
3. Shoulders
4. Weigh-in-motion areas
5. Miscellaneous areas such as medians, gore areas, turnouts, and maintenance pullouts
6. Any other areas selected by the Engineer..
Contract Number 25-03-C
36-3.01 D(3)(b)(ii) Reserved
36-3.01 D(3)(b)(iii) Reserved
36-3.01 D(4) Department Acceptance
The Department accepts pavement surfaces for smoothness based on compliance with the smoothness
specifications for the type of pavement surface specified.
For areas that require pavement smoothness determined using a 12-foot straightedge, the pavement
surface must not vary from the lower edge of the straightedge by more than:
1. 0.01 foot when the straightedge is laid parallel with the centerline
2. 0.02 foot when the straightedge is laid perpendicular to the centerline and extends from edge to
edge of a traffic lane
3. 0.02 foot when the straightedge is laid within 24 feet of a pavement conform
36-3.02 MATERIALS
Not Used
36-3.03 CONSTRUCTION
Perform pavement smoothness testing in areas selected by the Engineer in the presence of the Engineer.
36-3.04 PAYMENT
Not Used
Replace section 36-4 with:
36-4 RESIDUE CONTAINING LEAD FROM PAINT AND THERMOPLASTIC
36-4.01 GENERAL
Section 36-4 includes specifications for performing work involving residue from grinding and cold planing
that contains lead from paint and thermoplastic.
36-4.02 MATERIALS
Not Used
36-4.03 CONSTRUCTION
The residue from grinding or cold planing contains lead from paint and thermoplastic. The average lead
concentrations are less than 1,000 mg/kg total lead and 5 mg/L soluble lead. This residue:
1. Is a nonhazardous waste
2. Does not contain heavy metals in concentrations that exceed thresholds established by the
Health and Safety Code and 22 CA Code of Regs
3. Is not regulated by the Federal Resource Conservation and Recovery Act, 42 USC § 6901 et
seq.
Management of this material exposes workers to health hazards that must be addressed in your lead
compliance plan.
36-4.04 PAYMENT
Not Used
Contract Number 25-03-C
37 SEAL COATS
Replace the word "Department's" with "Caltrans" where it appears in the 111 paragraph of Section
37-1.01 D(1).
Replace Item 1 in the list of Section 37-2.01A(3)with:
1. Samples for:
1.1. Asphaltic emulsion chip seal, six 1-quart wide mouth plastic containers with screw top lid of
asphaltic emulsion
1.2. Polymer modified asphaltic emulsion chip seal, six 1-quart wide mouth plastic containers with
screw top lid of polymer modified asphaltic emulsion
1.3. Asphalt rubber binder chip seal, two 1-quart cans of base asphalt binder
1.4. Asphalt rubber binder chip seal, five 1-quart cans of asphalt rubber binder
Replace Section 37-2.01A(4)(b)(ii)with:
37-2.01A(4)(b)(ii) Aggregate
All tests must be performed on uncoated aggregate except for film stripping which must be performed on
precoated aggregate.
For aggregate, the authorized laboratory must perform sampling and testing at the specified frequency
and location for the following quality characteristics:
Aggregate Quality Control Requirements
Minimum
Quality characteristic Test method sampling Location of
and testing sampling
frequency
Los Angeles Rattler loss (max, %) California Test 1st day of See California
At 100 revolutions 211 production Test 125
At 500 revolutions
Percent of crushed particles
Coarse aggregate (min, %)
One-fractured face
Two-fractured faces AASHTO T 335 1st day of See California
Fine aggregate (min, %) production Test 125
(Passing No. 4 sieve and retained on No. 8 sieve)
One fractured face
Flat and elongated particles (max by weight at ASTM D4791 1st day of See California
3:1, % production Test 125
Film stripping (max, %) California Test 1st day of See California
302 production Test 125
Durability (min) California Test 1st day of See California
229 production Test 125
Gradation (% passing) California Test 2 per day See California
202 Test 125
Cleanness value (min) California Test 2 per day See California
227 Test 125
Replace the 91' paragraph of Section 37-2.01A(4)(c)with:
If test results for the aggregate gradation do not comply with specifications, you may remove the chip seal
represented by these tests or request that it remain in place with a payment deduction. The deduction is
$1.75 per ton for the aggregate represented by the test results.
Contract Number 25-03-C
Replace the 3rd paragraph of Section 37-2.01 13(3)(a)with:
The authorized laboratory must conduct the Vialit test using the proposed asphaltic emulsion or asphalt
binder and aggregate for compliance with the requirements shown in the following table:
Add to the end of section 37-2.01 C(3):
Vegetation removal within the pavement and heavy soil removal is change order work.
Replace the 1st paragraph of Section 37-2.01C(4)(d)(iii)with:
Sweeping must be performed after the chip seal has set and there is no damage or dislodging of
aggregate from the chip seal surface. In addition to previous sweeping, perform final sweeping
immediately before opening any lane to public traffic, not controlled with pilot cars.
Replace the word "Department" with "Caltrans" in the 1st paragraph of Section 37-2.01B(3)(b).
Replace the 2"d paragraph of Section 37-2.03B(2)with:
A polymer modified asphaltic emulsion must be either Grade PMCRS-2 or PMCRS-2h.
Add to the end of section 37-2.03B(3):
Aggregate for a polymer modified asphaltic emulsion chip seal must comply with the 3/8" gradation.
Replace item 1 in the list in the 111 paragraph of Section 37-3.01A(3)with:
1. Samples for:
1.1.Asphaltic emulsion slurry seal, six 1-quart samples of asphaltic emulsion
1.2.Polymer modified asphaltic emulsion slurry seal, six 1-quart samples of polymer modified
asphaltic emulsion
1.3.Micro-surfacing, two 1-quart samples of micro-surfacing emulsion
Add to section 37-3.01 B(2):
Aggregate for slurry seal must be Type II.
Add to the end of section 37-3.01 C(4):
Vegetation removal within the pavement and heavy soil removal is change order work.
Replace Section 37-3.02A(3)with:
37-3.02A(3) Submittals
Immediately after sampling, submit six 1-quart wide mouth plastic containers of asphaltic emulsion or
polymer modified asphaltic emulsion taken in the presence of the Engineer. Samples must be submitted
in insulated shipping containers.
Replace Section 37-3.02A(4)(b)(i) with:
37-3.02A(4)(b)(i) General
Take samples of asphaltic emulsion and polymer modified asphaltic emulsion from the tank truck at mid
load or from a sampling tap or thief. Before taking samples, draw and dispose of 1 gallon. In the presence
of the Engineer take two 1-quart samples in wide mouth plastic containers with lined, sealed lids for
acceptance testing.
Replace Section 37-3.02B(2)with:
37-3.02B(2) Asphaltic Emulsions
An asphaltic emulsion must comply with the requirements in Section 94. The asphaltic emulsion must be
Grade CQS 1 h.Reserved
Contract Number 25-03-C
Replace the 1st paragraph of Section 37-3.02B(3)with:
Replace item 1 in the list in Section 37-4.01A(3)with:
1. Four 1-quart samples of asphaltic emulsion that is uncut from the plant.
Add to Section 37-4.02A(1):
Use either CQS-1 H or CSS-1 H asphaltic emulsion for flush coat.
Replace Section 37-4.02A(3)with:
37-4.02A(3) Submittals
Immediately after sampling, submit four 1-quart plastic container of asphaltic emulsion taken in the
presence of the Engineer. Samples must be submitted in insulated shipping container.
Replace 1st paragraph of Section 37-4.02A(4)(b)(ii)with:
Take two 1-quart samples from the plant that are uncut for Department acceptance testing.
Replace Section 37-4.03C(1)with:
Do not track asphaltic emulsion on existing pavement surfaces.
Apply sand immediately after applying asphaltic emulsions.
The sand moisture content is not more than the sand SSD (Saturated Surface Dry) plus one percent.
No tires are allowed on asphaltic emulsions (fog seal coat) before sand aggregate has been placed.
Spread sand aggregate with the chipping machine (self-propelled aggregate spreaders)as described in
Section 37-2.01 C(2)that spreads sand at a uniform rate over the full width of a traffic lane in a single
application. Spread sand at a rate from 2 to 6 Ib/sq yd. You determine the application rates for sand and
the Engineer authorizes the application rate.
Replace the last paragraph of Section 37-5.01 C with:
37-5.01C Submittals
Immediately after sampling, submit two 1-quart plastic containers of parking area seal taken in the
presence of the Engineer. Samples must be submitted in insulated shipping containers.
Add to Section 37-6.02B:
Crack treatment material must be Type 2 for INLAND VALLEY and Type 5 for LOW and HIGH
MOUNTAIN pavement regions.
Crack treatment must be hot-applied.
Delete the 3rd paragraph of Section 37-6.03
Add to Section 37-6.03:
Fill the crack overband not more than 3 inches wide.
Contract Number 25-03-C
39 ASPHALT CONCRETE
Replace the list in the second paragraph of Section 39-2.01A(1) with:
1. Type A HMA
2. Minor HMA
Add to the end of the list in Section 39-2.01A(2):
8. Driveways and driveway approaches
Replace the 1st sentence of Section 39-2.01A(3)(b)(i) with:
Except for the HMA to be used in miscellaneous areas, dikes, and berms, submit your proposed JMF for
each type of HMA to be used.
Replace the 2"d paragraph of Section 39-2.01A(3)(b)(i)with:
The Contractor Hot Mix Asphalt Design Data form must show documentation on aggregate quality.
Replace the 3 d paragraph of Section 39-2.01A(3)(b)(i)with:
If you cannot submit a Department-verified or Caltrans-verified JMF on a Caltrans Hot Mix Asphalt
Verification form dated within 24 months before HMA production, the Engineer verifies the JMF.
Replace the 11t paragraph of Section 39-2.01A(3)(c)with:
With your proposed JMF submittal, submit a QC plan for HMA.
Add after the 4t' paragraph of Section 39-2.01A(3)(c):
The QC Plan must include action and suspension limits and details of corrective action to be taken if any
process is outside of those limits. Suspension limits must not exceed specified acceptance criteria.
The QC plan must describe how test results will be submitted including times for sampling and testing for
each quality characteristic.
Replace Section 39-2.01A(3)(d)with:
39-2.01A(3)(d) Test Results
If ordered, submit QC results within 3 business days of a request.
For mix design, JMF verification, production start-up, and each 10,000 tons, submit AASHTO T 283 and
AASHTO T 324 (Modified)test results to the Engineer.
Submit all QC test results, except AASHTO T 283 and AASHTO T 324 (Modified), within 3 business days
of a request. Submit AASHTO T 283 QC tests within 15 days of sampling.
For tests performed under AASHTO T 324 (Modified), submit test data and 1 tested sample set within 5
business days of sampling.
If coarse and fine durability index tests are required, submit test results within 2 business days of
sampling.
If a tapered notched wedge is used, submit compaction test result values within 24 hours of testing.
Replace the 111 sentence of the 2"d paragraph of Section 39-2.01A(3)(f)with:
For each delivery of liquid antistrip to the HMA production plant, submit a 1 pt sample to the Engineer.
Replace the 111 sentence of the 3 d paragraph of Section 39-2.01A(3)(f)with:
At the end of each day's production shift, submit production data in electronic media.
Replace the 1st sentence in the last paragraph of Section 39-2.01A(3)(g)with:
Contract Number 25-03-C
Each day during lime treatment, submit the treatment data log on electronic media in tab delimited format.
Replace the 151 sentence in the last paragraph of Section 39-2.01A(3)(h)with:
At the end of each day's production shift, submit electronic media from the HMA plant process controller.
Replace Section 39-2.01A(4)(a) with:
39-2.01A(4)(a) General
Take samples under California Test 125. Reduce samples of HMA to testing size under AASHTO R47.
AASHTO T 324 (Modified) is AASHTO T 324 with the following parameters:
1. Target air voids must equal 7.0 ± 1.0 percent
2. Specimen height must be 60 ± 1 mm
3. Number of test specimens must be 4 to run 2 tests
4. Do not average the 2 test results
5. Test specimen must be a 150 mm gyratory compacted specimen
6. Test temperature must be set at:
6.1. 113 ± 2 degrees F for PG 58
6.2. 122 ± 2 degrees F for PG 64
6.3. 131 ± 2 degrees F for PG 70 and above
7. Measurements for impression must be taken at every 100 passes along the total length of the sample
8. Inflection point is the number of wheel passes at the intersection of the creep slope and the stripping
slope at maximum rut depth
9. Testing shut off must be set at 25,000 passes
10. Submersion time for samples must not exceed 4 hours
If a WMA technology is used, a technical representative for the WMA technology must attend the
preconstruction meeting.
Replace item 2 in the list in the 2"1 paragraph of Section 39-2.01A(4)(b)with:
2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped can with
an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt binder must be
sampled with the components blended in the proportions to be used.
Add the following item to the list in the 5th paragraph of Section 39-2.01A(4)(b):
4. Voids in mineral aggregate on laboratory-produced HMA
Replace the word "Caltrans" with "Department" in the 101" paragraph of Section 39-2.01A(4)(b).
Replace item 2 in the list in the 15t paragraph of Section 39-2.01A(4)(d)with:
2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped can with
an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt binder must be
sampled with the components blended in the proportions to be used.
Replace the word "Department's" with "Caltrans" in Section 39-2.01A(4)(f)(i).
Replace the word "Department's" with "Caltrans" in Section 39-2.01A(4)(f)(ii).
Add the following to the end of Section 39-2.01A(4)(h)(i):
You are not entitled to compensation for the suspension of work resulting from noncompliance with
quality control requirements, including those identified in the QC Plan.
Replace the 2"d paragraph of Section 39-2.01A(4)(h)(v)with:
Within the first 750 tons produced on the 1st day of HMA production, in the Engineer's presence, and
from the same production run, take samples of:
Contract Number 25-03-C
1. Aggregates. Coarse, fine, and supplemental fine aggregates must be taken from the combined cold-
feed belt or the hot bins. If lime treatment is required, samples must be taken from individual
stockpiles before lime treatment. Samples must be at least 120 lb for each coarse aggregate, 80 lb
for each fine aggregate, and 10 lb for each type of supplemental fines. For hot-bin samples, the
Department combines these aggregate samples to verify the TV submitted on a Contractor Job Mix
Formula Proposal form.
2. Asphalt binder. Take at least two 1 qt samples. Each sample must be in a cylindrical-shaped can with
an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt binder must be
sampled with the components blended in the proportions to be used.
3. RAP. Samples must be at least 50 lb from each fractionated stockpile.
4. Plant-produced HMA. The HMA samples must be at least 250 lb.
Delete the 611 paragraph of Section 39-2.01A(4)(h)(v).
Replace Section 39-2.01A(4)(h)(vii) with:
39-2.01A(4)(h)(vii) RESERVED
Replace Section 39-2.01A(4)(i)(iii)with:
39-2.01A(4)(i)(iii) Pavement Smoothness
For HMA pavement within 3 feet from and parallel to the construction joint formed between curbs, gutters,
or existing pavement, test pavement smoothness using a 12-foot straightedge.
Replace the word "Department" with "Caltrans" in the 2"d paragraph of Section 39-2.01A(4)(1)(iv).
Replace the word "Department" with "Caltrans" in the 4t" paragraph of Section 39-2.01 B(4)(c)(ii).
Replace the word "Department's" with "Caltrans"' where it occurs in Section 39-2.01 B(8)(a).
Replace Section 39-2.01B(11) with:
39-2.01B(11) Miscellaneous Areas, Dikes, & Berms
For miscellaneous areas, dikes, and berms:
1. Use Minor HMA.
2. Choose the aggregate gradation from:
2.1. 3/8-inch Type A HMA aggregate gradation
2.2. 1/2-inch Type A HMA aggregate gradation
2.3. dike mix aggregate gradation
3. Choose asphalt binder Grade PG 64-10, PG 64-16 or PG 70-10.
4. Minimum asphalt binder content must be:
4.1. 6.40 percent for 3/8-inch Type A HMA aggregate gradation
4.2. 5.70 percent for 1/2-inch Type A HMA aggregate gradation
4.3. 6.00 percent for dike mix aggregate gradation
If you request and the Engineer authorizes, you may reduce the minimum asphalt binder content.
Aggregate gradation for dike mix must be within the TV limits for the specified sieve size shown in the
following table:
Contract Number 25-03-C
Dike Mix Aggregate Gradation
(Percentage Passing)
Sieve size Target value limit Allowable tolerance
1/2" 100 --
3/8" --- 95- 100
No. 4 73-77 TV± 10
No. 8 58-63 TV± 10
No. 30 29-34 TV± 10
No. 200 0- 14
For HMA used in miscellaneous areas, dikes, and berms, sections 39-2.01A(3), 39-2.01A(4), 39-
2.01 B(2), 39-2.01 B(4)(c), and 39-2.01 B(5)—(10) do not apply.
Replace the 2nd paragraph of 39-2.01 C(3)(g)with:
Before placing the interlayer or asphalt binder, clean the pavement of loose and extraneous material.
Replace Section 39-2.01 C(4)(b)with:
39-2.01 C(4)(b) Tapered Notched Wedge
Not used
Add the following after the last paragraph of Section 39-2.01C(5):
The test section:
1. Must not be less than 0.1 mile in length.
2. Must have a width equal to the width of the pavement and tapered edge to be paved in one pass
during production.
3. Locations shall be proposed by the Contractor and approved by the Engineer.
The test section must be constructed with asphalt paver fitted with one of the following FHWA-approved
tapered edge devices:
1. "Shoulder Wedge Maker" manufactured by Transtech Systems, Inc.,1594 State Street,
Schenectady, NY 12304, Telephone 1-800-724-6306 or 518-370-5558
2. "Advant-Edger" manufactured by Advant-Edge Paving Equipment LLC, 33 Old Niskayuna
Road, Loudonville, NY 12211, Telephone 814-422-3343
3. "Ramp Champ" manufactured by Advant-Edge Paving Equipment LLC, 33 Old Niskayuna Road,
Loudonville, NY 12211, Telephone 814-422-3343
4. "SafeTSlope" manufactured by Troxler Electronic Laboratories, Inc., 3008 E. Cornwallis Rd.
Research Triangle Park, NC 27709, Telephone 877-876-9537
Comply with manufacturer's instructions for attaching the device(s)to the paver. The Engineer accepts
the use of selected tapered edge device when edge shape and compaction of the test section are in
compliance with plans and specifications. No further paving operations which include the construction of
the tapered edge shall commence unless means and methods for constructing the tapered edge are
approved by the Engineer.
Add to the end of Section 39-2.01 C(7):
New paving shall tie smoothly into previously resurfaced mats, existing pavement and to private drives.
Place additional HMA along the pavement's edge to conform to private drives and private road connections
as shown in the Project Details.
Hand rake, if necessary, and compact the additional HMA to form a smooth conform taper.
Contract Number 25-03-C
Feather down the HMA to zero thickness at the approximate rate of 20 feet per 0.08-foot thickness at all
match lines across the travel lanes including the beginning and end of construction and at all intersections
unless otherwise shown or described in the Project Details and as directed by the Engineer.
Replace Section 39-2.01C(9)with:
39-2.01C(9) Miscellaneous Areas , Dikes, & Berms
Prepare the area to receive HMA for miscellaneous areas, dikes, and berms, including excavation and
backfill as needed.
Spread the HMA in miscellaneous areas in 1 layer and compact to the specified lines and grades.
In median areas adjacent to slotted median drains, each layer of HMA must not exceed 0.20 foot
maximum compacted thickness.
The finished surface must be:
1. Textured uniformly
2. Compacted firmly
3. Without depressions, humps, and irregularities
Add to the list in the 1st paragraph of Section 39-2.01C(15)(b):
5. HMA overlays over existing pavement
Replace the 2nd paragraph in Section 39-2.01 D with:
Except for when a bid item for tack coat is specified, payment for tack coat is included in the payment for
hot mix asphalt.
Replace the 51" paragraph in Section 39-2.01 D with:
The payment quantity for place hot mix asphalt dike or berm of the type shown on the Bid Item List is the
length measured from end to end. Payment for the HMA used to construct the dike or berm is not
included in the payment for place hot mix asphalt dike or berm.
Replace Section 39-2.02A(4)(b)(ii)with:
39-2.02A(4)(b)(ii) Aggregates
Test the quality characteristics of aggregates under the test methods and frequencies shown in the
following table:
Contract Number 25-03-C
Aggregate Testing Frequencies
Quality characteristic Test method Minimum testing fre uenc
Gradationa AASHTO T 27
Sandequivalent',° AASHTO T 176 1 per 750 tons and any remaining part
Moisture content' AASHTO T 255
Crushed particles AASHTO T 335
Los Angeles Rattler AASHTO T 96 1 per 10,000 tons or 2 per project
Flat and elongated particles ASTM D4791 whichever is greater
Fine aggregate angularity AASHTO T 304
Method A
Coarse durability index AASHTO T 210 1 per 3,000 or 1 per paving day,
Fine durability index AASHTO T 210 whichever is greater
'If RAP is used, test the combined aggregate gradation under California Test 384.
'Reported value must be the average of 3 tests from a single sample.
'Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7,
"Manual Shaker," 7.1.2, "Alternate Method No. 2," and 8.4.3, "Hand Method," do not apply. Prepare the
stock solution as specified in section 4.8.1, "Stock solution with formaldehyde," except omit the addition
of formaldehyde.
'Test at continuous mixing plants only. If RAP is used, test the RAP moisture content at continuous
mixing plant and batch mixing plant.
For lime treated aggregate, test aggregate before treatment and test for gradation and moisture content
during HMA production.
Replace Section 39-2.02A(4)(b)(iii)with:
39-2.02A(4)(b)(iii) Reclaimed Asphalt Pavement
Sample and test processed RAP at a minimum frequency of 1 sample per 1,000 tons with a minimum of 6
samples per fractionated stockpile. If the fractionated stockpile has not been augmented, the 3 RAP
samples taken and tested for mix design can be part of this minimum sample requirement. If a processed
RAP stockpile is augmented, sample and test processed RAP quality characteristics at a minimum
frequency of 1 sample per 500 tons of augmented RAP.
The combined RAP sample when tested under AASHTO T 164 must be within ±2.00 percent of the
average asphalt binder content reported on page 4 of your Contractor Hot Mix Asphalt Design Data form.
If a new processed RAP stockpile is required, the average binder content of the new processed RAP
stockpile must be within ±2.00 percent of the average binder reported on page 4 of your Contractor Hot
Mix Asphalt Design Data form.
The combined RAP sample when tested under AASHTO T 209 must be within ±0.06 of the average
maximum specific gravity reported on page 4 of your Contractor Hot Mix Asphalt Design Data form.
During Type A HMA production, sample RAP twice daily and perform QC testing for:
1. Aggregate gradation at least once a day under California Test 384
2. Moisture content at least twice a day
Replace Section 39-2.02A(4)(b)(ix)with:
39-2.02A(4)(b)(ix) Type A Hot Mix Asphalt Production
Test the quality characteristics of Type A HMA under the test methods and frequencies shown
in the following table:
Type A HMA Production Testing Frequencies
Quality characteristic Test method Minimum testing frequency
Asphalt binder content AASHTO T 308, Method A 1 per 750 tons and any remaining part
Contract Number 25-03-C
HMA moisture content AASHTO T 329 1 per 2,500 tons but not less than 1 per
paving day
Air voids content AASHTO T 269 1 per 4,000 tons or 2 every 5 paving
days, whichever is greater
Voids in mineral aggregate MS-2 Asphalt Mixture
Volumetrics 1 per 10,000 tons or 2 per project
Dust proportion MS-2 Asphalt Mixture whichever is greater
Volumetrics
Hamburg wheel track California Test 389 1 per 10,000 tons or 1 per project,
whichever is greater
Moisture susceptibility AASHTO T 283 3 per 250 tons or 3 per paving day,
whichever is greater
Replace the 15t table in the 1st paragraph of Section 39-2.02A(4)(e) with:
39-2.02A(4)(e) Department Acceptance
The Department accepts Type A HMA based on compliance with:
1. Aggregate quality requirements shown in the following table:
Aggregate Quality
Quality characteristic Test method Requirement
Aggregate gradation' AASHTO T 27 JMF ±Tolerance
Percent of crushed particles
Coarse aggregate (min, %)
One-fractured face 95
Two-fractured faces AASHTO T 335 90
Fine aggregate (min, %)
(Passing No. 4 sieve
and retained on No. 8 sieve.)
One-fractured face 70
Los Angeles Rattler(max, %)
Loss at 100 Rev. AASHTO T 96 12
Loss at 500 Rev. 40
Sandequivalent(min.)',° AASHTO T 176 47
Flat and elongated particles (max, % by ASTM D4791 10
weight at 5:1
Fine aggregate angularity min, % d AASHTO T 304, Method A 45
Coarse durability index Dc, min AASHTO T 210 65
Fine durability index Df, min AASHTO T 210 50
aThe Engineer determines combined aggregate gradations containing RAP under California Test
384.
'Reported value must be the average of 3 tests from a single sample.
'Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7,
"Manual Shaker," 7.1.2, "Alternate Method No. 2," 8.4.2 Manual Shaker Method, and 8.4.3, "Hand
Method," do not apply. Prepare the stock solution as specified in section 4.8.1, "Stock solution with
formaldehyde," except omit the addition of formaldehyde.
aThe Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand
by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or
gravel.
Replace the 111 sentence in the 2nd paragraph of Section 39-2.02B(2)with:
For Type A HMA mixtures using RAP, the maximum allowed binder replacement is 25.0 percent.
Contract Number 25-03-C
Replace Section 39-2.02B(4)(a)with:
39-2.02B(4)(a) General
Before the addition of asphalt binder and lime treatment, the aggregates must comply with the
requirements shown in the following table:
Aggregate Quality
Quality characteristic Test method Requirement
Percent of crushed particles:
Coarse aggregate (min, %)
One-fractured face 95
Two-fractured faces AASHTO T 335 90
Fine aggregate (min, %)
(Passing No. 4 sieve
and retained on No. 8 sieve.)
One-fractured face 70
Los Angeles Rattler(max, %)
Loss at 100 Rev. AASHTO T 96 12
Loss at 500 Rev. 40
Sandequivalent mina AASHTO T 176 47
Flat and elongated particles max, % by weight at 5:1 ASTM D4791 10
Fine aggre ate angularity min, % ' AASHTO T 304, Method A 45
Coarse durability index Dc, min AASHTO T 210 65
Fine durability index Df, min AASHTO T 210 50
aThe reported value must be the average of 3 tests from a single sample. Use of a sand reading
indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7, "Manual Shaker," 7.1.2,
"Alternate Method No. 2," 8.4.2 Manual Shaker Method, and 8.4.3, "Hand Method," do not apply.
Prepare the stock solution as specified in section 4.8.1, "Stock solution with formaldehyde," except
omit the addition of formaldehyde.
'The Engineer waives this specification if the Type A HMA contains 10 percent or less of
nonmanufactured sand by weight of total aggregate. Manufactured sand is fine aggregate produced by
crushing rock or gravel.
Replace Section 39-2.02B(5)with:
39-2.02B(5) Reclaimed Asphalt Pavement
You may substitute RAP for part of the virgin aggregate in a quantity up to 15 percent of the aggregate
blend.
Provide enough space at your plant for complying with all RAP handling requirements. Provide a clean,
graded base, well drained area for stockpiles.
If RAP is from multiple sources, blend the RAP thoroughly and completely before fractionating.
For RAP substitution of 15 percent of the aggregate blend or less, fractionation is not required.
Isolate the processed RAP stockpiles from other materials. Store processed RAP in conical or
longitudinal stockpiles. Processed RAP must not be agglomerated or be allowed to congeal in large
stockpiles.
Replace Section 39-2.02B(11)with:
39-2.02B(11) Type A Hot Mix Asphalt Production
If RAP is used, the asphalt plant must automatically adjust the virgin asphalt binder to account for RAP
percentage and RAP binder.
Contract Number 25-03-C
During production, you may adjust hot-or cold-feed proportion controls for virgin aggregate and RAP.
RAP must be within ±3 of RAP percentage described in your Contractor Job Mix Formula Proposal form
without exceeding 15 percent.
Add to the beginning of Section 39-2.02C:
Place Type A HMA in lifts if shown in the project details.
Replace Section 39-3.02C with:
Where replace asphalt concrete surfacing is shown, remove the asphalt concrete surfacing and, if
necessary, base to a depth of 6 inches below the grade of the existing surfacing and replace with HMA.
The Engineer determines the exact limits of asphalt concrete surfacing to be replaced.
The width of each removal shall be a minimum of four feet wide or as determined by the Engineer.
Use cold planed material for shoulder backing inside the project limits, as per these specifications and as
directed by the Engineer.
Replace asphalt concrete in a lane before the lane is specified to be opened to traffic.
Before removing asphalt concrete, outline the replacement area and cut neat lines with a saw or grind to
a depth of 6 inches below the grade of the existing surfacing. Do not damage any asphalt concrete and
base remaining in place.
If you excavate the base beyond the specified plane, replace it with HMA.
Do not use a material transfer vehicle for replacing asphalt concrete surfacing.
Before placing HMA, apply a tack coat as specified in section 39-2.01C(3)(f).
Place HMA using method compaction as specified in section 39-2.01C(2)(c).
The contract price paid per unit shown on the Bid Item List for Replace Asphalt Concrete Pavement shall
include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for
doing all work involved in repairing pavement, complete in place, including disposal of removed material,
as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
The quantity of Replace Asphalt Concrete Pavement to be paid for will be the actual volume repaired.
Replace Section 39-3.03 with:
39-3.03 REMOVE ASPHALT CONCRETE DIKES & BERMS
39-3.03A General
Section 39-3.03 applies to removing asphalt concrete dikes and berms outside the limits of excavation.
39-3.03B Materials
Not Used
39-3.03C Construction
Reserved
39-3.03D Payment
Not Used
Add to the end of Section 39-3.04C(3):
Use cold planed material for shoulder backing. Refer to Shoulder Backing section for further information.
Contract Number 25-03-C
40 CONCRETE PAVEMENT
Replace the word "Department's" with "Caltrans" in the 1st paragraph of Section 40-1.011)(4).
41 EXISTING CONCRETE PAVEMENT
Replace the 4t" paragraph of Section 41-9.01 C(1)with:
During individual slab replacement operations, submit uniformity reports for hydraulic cement at least
once every 30 days to the Engineer. Uniformity reports must comply with ASTM C917 except testing age
and water content may be modified to suit the particular material.
46 GROUND ANCHORS AND SOIL NAILS
Replace the 1st sentence of the 1st paragraph of Section 46-1.01C(2)(a) with:
Submit shop drawings and supporting calculations electronically to the Engineer.
47 EARTH RETAINING SYSTEMS
Replace the 1 It sentence of the 1 It paragraph of Section 47-6.01 C(2)with:
Submit shop drawings and supporting calculations for the alternative system electronically to the
Engineer.
DIVISION VI STRUCTURES
48 TEMPORARY STRUCTURES
Add to section 48-2.01A
Falsework must comply with all PLAC requirements established for the project.
Add to the list in the 4t' paragraph of section 48-2.01C(2):
15. Details of walkways, handrails, and overhangs.
Add to section 48-2.02B(1):
Design falsework to the latest edition of the State of California Department of Transportation Falsework
Manual.
Provide positive restraint against rotation at beam supports per AISC specifications at all steel falsework
stringer beams.
Walkways, handrailing, and overhangs are considered "Falsework," and must be designed and detailed.
Replace the 5th paragraph of section 48-2.03C with:
Use camber strips to provide the camber shown and to compensate for falsework deflection and
settlement, vertical alignment, and anticipated structure deflection. You are responsible for calculating
camber strips, including camber, falsework deflection and settlement, vertical alignment, and anticipated
structure deflection. Submit camber strip calculations for review and allow 15 days for the Department's
review.
Contract Number 25-03-C
49 PILING
Replace the 2"1 sentence of the 151 paragraph of Section 49-1.01 C(2) with:
Submit the test boring report and log of test borings electronically to the Engineer.
Replace the 2"d paragraph of Section 49-1.01C(2)with:
If corrections to the submittal are required, submit the corrected test boring report and the log of test
borings electronically to the Engineer.
Add to section 49-1.03:
Expect difficult pile installation due to the conditions shown in the following table:
Pile location Conditions
Bridge no. supp ort location
Water may be expected during pile installation.
42C-0695 All The pile construction is expected to encounter
sand and low plasticity silt that might be prone
to cavin in.
Replace the "shop welding" and "field welding" definitions in Section 49-2.02A(2)with:
shop welding: Welding performed at a plant on the Caltrans Authorized Facility Audit List.
field welding: Welding not performed at a plant on the Caltrans Authorized Facility Audit List.
Replace the word "Department's" with "Caltrans" in the 1st paragraph of section 49-2.02A(3)(d).
Replace the word "Department's" with "Caltrans"" in Section 49-2.02A(4)(b)(ii).
Replace the word "Department's" with "Caltrans" in the 6tn paragraph of Section 49-2.02B(1)(a).
Replace the word "Department" with "Caltrans" in the 2"d paragraph of Section 49-2.02B(1)(d).
Replace the word "Department" with "Caltrans" in item 2 in the list in the 15t paragraph of Section
49-3.02A(3)(g).
Add to section 49-3.02A(3):
49-3.02A(3)(1) Experience Qualifications
At least 15 days before the start of CIDH concrete pile construction, submit as an informational submittal
the following experience qualifications in compliance with section 49-3.02A(4)(f):
1. List of CIDH concrete pile installations performed by the drilling contractor. The submittal must
include:
1.1. Project description
1.2. Name and phone number of the owner
1.3. CIDH pile plans
1.4. Log of test borings
1.5. Estimated dates of major CIDH pile installation activities
1.6. CIDH pile acceptance testing reports
2. List of on-site foremen and drill rig operators who will perform the CIDH concrete pile work and a
summary of each individual's experience. The submittal must include:
2.1. Detailed summary of each individual's experience in CIDH pile excavation operations and
placement of assembled reinforcing cages and concrete.
2.2. Experience from at least 3 relevant projects, including:
2.2.1. Project Description
Contract Number 25-03-C
2.2.2. Date of work
2.2.3. Actual work performed
2.2.4. Name and phone number of a reference person for each project
2.3. Proof of on-site foremen and drill rig operators experience qualifications
Add to section 49-3.02A(4):
49-3.02A(4)(f) Experience Qualifications
The drilling contractor must have successfully constructed at least 3 separate foundation projects in the
last 5 years. The foundation projects must:
1. Have CIDH piles of similar or larger diameter and depth, and installed under similar substructure
conditions to this contract
2. Demonstrate experience with drilling fluids and successful construction of CIDH piles under the wet
conditions
Each on-site foremen and drill rig operator must have 2 years of experience installing CIDH concrete piles
on at least 3 projects. The CIDH pile foundations must be of similar or larger diameter and depth and
installed under similar subsurface conditions to this contract.
On-site foremen experience must be supervising construction of CIDH concrete pile foundations. Indirect
supervision of on-site CIDH concrete pile construction operations is not acceptable.
Drill rig operator experience must be in construction of CIDH concrete pile foundations.
Add to section 49-3.02B(6)(c):
The synthetic slurry must be one of the materials shown in the following table:
Material Manufacturer
SlurryPro CDP KB INTERNATIONAL LLC
735 BOARD ST STE 209
CHATTANOOGA TN 37402
423 266-6964
Super Mud PDS CO INC
105 W SHARP ST
EL DORADO AR 71731
870 863-5707
Shore Pac CETCO
2870 FORBS AVE
HOFFMAN ESTATES IL 60192
800 527-9948
Terragel or Novagel GEO-TECH SERVICES LLC
Polymer 220 N. ZAPATA HWY STE 11A-449A
LAREDO TX 78043
210 259-6386
BIG FOOT MATRIX CONSTRUCTION PRODUCTS
50 S MAIN ST STE 200
NAPERVILLE IL 60540
877 591-3137
POLY-BORE BAROID INDUSTRIAL DRILLING PRODUCTS
3000 N SAM HOUSTON PKWY EAST
HOUSTON TX 77032
877 379-7412
Contract Number 25-03-C
Use synthetic slurries in compliance with the manufacturer's instructions. Synthetic slurries shown in the
above table may not be appropriate for a given job site.
Synthetic slurries must comply with the Department's requirements for synthetic slurries to be included in
the above table. The requirements are available from:
Offices of Structure Design
P.O. Box 168041
MS#9-4/11 G
Sacramento, CA 95816-8041
SlurryPro CDP synthetic slurry must comply with the requirements shown in the following table:
SlurryPro CDP
Quality characteristic Test method Requirement
Density Mud weight(density),
During drilling (pcf) API RP 1313-1, <_ 67.0a
section 4
Before final cleaning and immediately <_ 64.0a
before placing concrete pcf
Viscosity Marsh funnel and cup.
During drilling (sec/qt) API RP 1313-1, section 6.2 50-120
Before final cleaning and immediately <_ 70
before placing concrete sec/ t
pH Glass electrode pH meter 6.0-11.5
or pH paper
Sand content, percent by volume Sand,
Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0
before placing concrete
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
Contract Number 25-03-C
Super Mud synthetic slurry must comply with the requirements shown in the following table:
Super Mud
Quality characteristic Test method Requirement
Density Mud weight (density),
During drilling (pcf) API RP 1313-1, <_ 64.0a
section 4
Before final cleaning and immediately <_ 64.0a
before placing concrete pcf
Viscosity Marsh funnel and cup.
During drilling (sec/qt) API RP 1313-1, section 6.2 32-60
Before final cleaning and immediately <_ 60
before placing concrete sec/ t
pH Glass electrode pH meter 8.0-10.0
or pH paper
Sand content, percent by volume Sand,
Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0
before placing concrete
NOTE: Slurry temperature must be at least 40 OF when tested.
'If authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
Shore Pac synthetic slurry must comply with the requirements shown in the following table:
Shore Pac
Quality characteristic 7 Test method Requirement
Density Mud weight (density),
During drilling (pcf) API RP 1313-1, <_ 64.0a
section 4
Before final cleaning and immediately <_ 64.0a
before placing concrete (pcf)
Viscosity Marsh funnel and cup.
During drilling (sec/qt) API RP 1313-1, section 6.2 33-132
Before final cleaning and immediately s 118
before placing concrete sec/ t
pH Glass electrode pH meter 8.0-11.0
or pH paper
Sand content, percent by volume Sand,
Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0
before placing concrete
NOTE: Slurry temperature must be at least 40 OF when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
Contract Number 25-03-C
Terragel or Novagel Polymer synthetic slurry must comply with the requirements shown in the following
table:
Terra el or Nova el Polymer
Quality characteristic Test method Re uirement
Density Mud weight (density),
During drilling (pcf) API RP 1313-1, <_ 67.0a
section 4
Before final cleaning and immediately <_ 64.0a
before placing concrete pcf
Viscosity Marsh funnel and cup.
During drilling (sec/qt) API RP 1313-1, section 6.2 45-104
Before final cleaning and immediately <_ 104
before placing concrete sec/qt
pH Glass electrode pH meter 6.0-11.5
or pH paper
Sand content, percent by volume Sand,
Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0
before placing concrete
NOTE: Slurry temperature must be at least 40 OF when tested.
'If authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
BIG-FOOT synthetic slurry must comply with the requirements shown in the following table:
BIG-FOOT
Quality characteristic T Test method Requirement
Density Mud weight (density),
During drilling (pcf) API RP 1313-1, <_ 64.0a
section 4
Before final cleaning and immediately <_ 64.0a
before placing concrete (pcf)
Viscosity Marsh funnel and cup.
During drilling (sec/qt) API RP 1313-1, section 6.2 30-125
Before final cleaning and immediately 55-114
before placing concrete sec/ t
pH Glass electrode pH meter 8.5-10.5
or pH paper
Sand content, percent by volume Sand,
Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0
before placing concrete
NOTE: Slurry temperature must be at least 40 OF when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
POLY-BORE synthetic slurry must comply with the requirements shown in the following table:
Contract Number 25-03-C
POLY-BORE
Quality characteristic 7 Test method Re uirement
Density Mud weight(density),
During drilling (pcf) API RP 1313-1, 62.8-65.8a
section 4
Before final cleaning and immediately 62.8-64.0a
before placing concrete pcf
Viscosity Marsh funnel and cup.
During drilling (sec/qt) API RP 1313-1, section 6.2 50-80
Before final cleaning and immediately 50-80
before placing concrete sec/qt
pH Glass electrode pH meter 7.0-10.0
or pH paper
Sand content, percent by volume Sand,
Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0
before placing concrete
NOTE: Slurry temperature must be at least 40 °F when tested.
alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
Replace the word "Department's" with "Caltrans" in item 6 of the 4th paragraph of Section 49-
3.02C(5).
Replace the 1 st paragraph of section 49-3.02C(7)with:
Section 49-3.02C(7) applies to CIDH concrete piles if an optional construction joint is shown and you
choose to construct the optional construction joint.
Replace the 5th item in the second paragraph of section 49-3.02C(7)with:
5. Be installed by oscillators, rotators, or by placing in a drilled hole. Casings placed in a drilled hole
must comply with section 49-3.02C(6).
50 PRESTRESSING CONCRETE
Replace the 1st paragraph of Section 50-1.01C(3)with:
Submit shop drawings for the proposed prestressing system electronically to the Engineer.
Replace the 2nd paragraph of section 50-1.01 C(3)with:
For initial review, submit:
1. 8 copies for railroad bridges unless the project includes a BNSF Railway underpass
2. 10 copies for railroad bridges if the project includes a BNSF Railway underpass
3. 6 copies for structures other than railroad bridges
51 CONCRETE STRUCTURES
Add to first numbered list in section 51-1.01A Summary:
10. Irrigation Turnout
11. Irrigation Box
Contract Number 25-03-C
Add to second numbered list in section 51-1.01A:
9. Irrigation Turnout
10. Irrigation Box
Replace section 51-7.04 with:
The payment quantity Irrigation Turnout shall be measured by each. The contract price paid for Irrigation
Turnout shall include full compensation for furnishing all labor, materials, tools, fittings, equipment, and
incidentals, and doing all the work involved in installation of the irrigation turn out, complete in place,
including plugging of existing pipes and/or connecting existing and/or new pipes to the turnout, setting the
turnout cover and frame to finish grade as shown on the plans, installing all valves, gates, and other
appurtenances as shown on the plans, installing concrete lining and rock slope protection as shown on
the plans, excavation, backfill, and compaction, as shown on the plans, as specified in the 2023 Standard
Specifications and the Special Provisions, and as directed by the Engineer.
The payment quantity Irrigation Box shall be measured by each. The contract price paid for Irrigation Box
shall include full compensation for furnishing all labor, materials, tools, fittings, equipment, and
incidentals, and doing all the work involved in installation of the irrigation box, complete in place, including
plugging of existing pipes and/or connecting existing and/or new pipes to the box, setting the box cover
and frame to finish grade as shown on the plans, installing all vents, and other appurtenances as shown
on the plans, excavation, backfill, and compaction, as shown on the plans, as specified in the 2023
Standard Specifications and the Special Provisions, and as directed by the Engineer.
Add to section 51-1.01C:
Calculate and set elevation control points to construct concrete structures to the lines and grades shown.
Submit elevation control points and allow 5 days for the Department's review.
Add to section 51-1.01C(1):
If the methacrylate crack treatment is applied to a bridge deck within 100 feet of a residence, business, or
public space, submit a public safety plan. Include with the submittal:
1. Copy of public notification letter with a list of delivery addresses and posting locations. The letter must
describe the work to be performed and state the treatment work locations, dates, and times. Deliver
copies of the letter to residences and businesses within 100 feet of the treatment work and to local
fire and police officials, at least 7 days before starting treatment activities. Post a copy of the letter at
the job site.
2. Airborne emissions monitoring plan. Plan must include monitoring point locations. A CIH certified in
comprehensive practice by the American Board of Industrial Hygiene must prepare and execute the
plan.
3. Action plan for protecting the public if levels of airborne emissions exceed permissible levels.
4. Copy of the CIH's certification.
After completing methacrylate crack treatment activities, submit results from monitoring production
airborne emissions as an informational submittal.
Replace the 2nd paragraph of section 51-1.01 C(1)with:
Submit a deck placement plan for concrete bridge decks. Include in the placement plan your method and
equipment for ensuring that the concrete bridge deck is kept damp by misting immediately after finishing
the concrete surface.
Contract Number 25-03-C
Replace section 51-1.01 D(1)with:
51-1.01 D(1) General
The job site must have at least 4 airborne emissions monitoring points, including the mixing point,
application point, and point of nearest public contact. Monitor airborne emissions during methacrylate
crack treatment activities.
Replace the 1st paragraph in section 51-1.0111)(3)(b)(i)with:
Test concrete surfaces for smoothness and coefficient of friction. Perform tests in the presence of the
Engineer. The Engineer tests concrete surfaces crack intensity.
Replace the 1st sentence of the 1st paragraph in section 51-1.01 D(3)(b)(ii)with:
Test the surface smoothness of the following:
Delete the 2nd paragraph of section 51-1-.01D(3)(b)(ii).
Replace the 4th paragraph of section 51-1.01 D(3)(b)(ii)with:
Except for POCs, test surface smoothness using:
1. Bridge profilograph under California Test 547. Obtain two profiles in each lane approximately 3
feet from the lane lines and obtain one profile in each shoulder approximately 3 feet from the curb
or rail face. Take profiles parallel to the direction of traffic.
2. 12-foot-long straightedge placed transversely to traffic.
Replace the 1st paragraph in section 51-1.01D(3)(b)(iii) with:
After deck surfaces have been textured, test the coefficient of friction of the concrete surfaces under
California Test 342.
Replace the 2nd paragraph of section 51-1.03F(5)(a)with:
Calculate and set deck elevation control points to establish the grade and cross-section of the concrete
deck surface shown. Deck elevation control points must include all camber allowances and anticipated
falsework deflection and settlement. Deck elevation control points must be spaced no further than 8 feet
longitudinally and 24 feet transversely to the bridge centerline. Submit deck elevation control points and
allow 15 days for the Department's review.
Replace the 111 paragraph of Section 51-2.02D(1)(c)(ii)with:
Submit shop drawings for each alternative joint seal assembly electronically to the Engineer.
Replace the 3rd paragraph of Section 51-2.02D(1)(c)(ii)with:
If requested, submit supplemental calculations for each proposed alternative joint seal assembly
electronically to the Engineer.
Replace the 111 paragraph of Section 51-2.02E(1)(c)(ii)with:
Submit shop drawings for each joint seal assembly electronically to the Engineer.
Replace the 2"d paragraph of Section 51-2.02E(1)(c)(ii)with:
If requested, submit supplemental calculations for each proposed modular joint seal assembly
electronically to the Engineer.
Contract Number 25-03-C
Replace the 1' paragraph of Section 51-2.02F(1)(c)(ii) with:
Submit shop drawings for the asphaltic plug joint seal system electronically to the Engineer.
Replace the 1st paragraph of Section 51-3.03A(3)(b)with:
Submit shop drawings electronically to the Engineer.
Replace the 11t sentence of the 1' paragraph in section 51-4.01C(2)(a)with:
Submit shop drawings for PC concrete members electronically to the Engineer.
Replace the V paragraph in section 51-4.02C with:
Grout for keyways must have a cementitious material content of 590 Ib/cu yd and a 3/8 inch maximum
grading. Penetration of the grout must be near the lower limit of the specified nominal penetration.
55 STEEL STRUCTURES
Replace the 1st sentence of the 1st paragraph of Section 55-1.01C(2)with:
Submit shop drawings for steel structures electronically to the Engineer.
58 SOUND WALLS
Replace the 1st sentence of the 111 paragraph of Section 58-4.01C(2)with:
Submit project specific shop drawings electronically to the Engineer.
60 EXISTING FACILITIES
Add to section 60-2.01A:
Remove the following structures or portions of structures:
Brid a no./Structure name Descri tion of work
Houghton Canal Bridge Remove existing bridge to bottom of existing footings
and temporary shoring footings before construction of
new proposed PC/PS Slab Bridge.
64 PLASTIC PIPE
Replace the first paragraph of section 64-2.02A with the following:
Plastic pipe must be PVC plastic irrigation pipe (P.I.P.)with smooth interior.
Add to section 64-2.02:
64-2.02G Plastic P.I.P. Pipe
Plastic PVC P.I.P. pipe must be smooth interior and smooth exterior. The minimum stiffness must be 80
psi when tested under ASTM D2241. Plastic PVC P.I.P. pipe must comply with ASTM D1785 for cell
classification 12454. Joints must be bell and spigot push on that meets or exceeds ASTM D3219.
Gaskets must be elastomeric and comply with ASTM F477.
Do not expose pipes to direct sunlight for more than 30 days.
Replace section 64-2.4 with the following:
Plastic pipe shall be measured by the lineal foot. The contract price paid for plastic pipe shall include full
compensation for furnishing all labor, materials, tools, equipment, fittings, and incidentals, and for doing
Contract Number 25-03-C
all the work involved in installing pipe, complete in place, including excavation and backfill, installing all
fittings and appurtenances, and connecting new pipe to existing and/or new facilities and/or pipes,
including concrete collars and reinforcement, dissimilar pipe couplers, as shown on the plans, as
specified in the 2023 Standard Specifications and the Special Provisions, and as directed by the
Engineer.
DIVISION VII DRAINAGE FACILITIES
68 SUBSURFACE DRAINS
Replace the word "Department's" with "Caltrans" in the 12th paragraph of Section 68-3.03.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
72 SLOPE PROTECTION
Add to Section 72-1.04:
The Department will not pay for rock slope protection that is not used in the work. The Department will
not pay for the disposal of surplus rock slope protection material.
Replace Section 72-2.02A with:
Refer to the plans for the Class of rock slope protection as defined in section 72-2.0213 and the method
for placement as described in section 72-2.03C.
Replace Section 72-2.04 with:
The payment quantity Rock Slope Protection shall be measured by the cubic yard. The contract price
paid for Rock Slope Protection shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and doing all the work involved in placement of rock slope protection,
complete in place, as shown on the plans, as specified in the 2023 Standard Specifications and the
Special Provisions, and as directed by the Engineer.
Replace Section 72-5.04:
The payment for Concrete Channel Lining constructed with minor concrete or shotcrete is the product of
(1)the area measured along the slope lines of the completed concrete slope protection and (2)the
thickness shown for the concrete slope protection.
The contract price paid for Concrete Channel Lining shall include full compensation for furnishing all
labor, materials (concrete, reinforcement, etc.), tools, equipment, and incidentals, and doing all work
involved in placement of concrete channel lining, complete in place, per the contract documents. The
Department does not pay for additional concrete placed due to over excavation.
78 INCIDENTAL CONSTRUCTION
Add to the end of Section 78-2.01:
Damaged or destroyed survey monuments shall be replaced with new survey monuments.
Contract Number 25-03-C
Survey monuments shall be constructed or adjusted, as applicable, in accordance with Standard Drawing
A-74 Type D.
Survey control for the reestablishment of survey monuments will be provided by the Department.
Replace paragraph 2 and 3 of section 78-21.02 with:
Existing mailbox, post, and footing shall be removed and salvaged undamaged, then reinstalled as shown
on plans and per Engineer.
Replace section 78-21.04 with:
The payment quantity for Relocate Existing Mailbox shall be measured for each. The contract price paid
for Relocate Existing Mailbox shall include full compensation for furnishing all labor, tools, materials,
equipment, and incidentals for doing all the work involved in salvaging, resetting, and relocating
mailboxes complete in place, as shown on the plans, as specified in the 2023 Standard Specifications
and the Special Provisions, and as directed by the Engineer.
DIVISION IX TRAFFIC CONTROL DEVICES
82 SIGNS AND MARKERS
Replace the word "Department's" with "Caltrans" in the 2"d paragraph of Section 82-1.01.
Replace Item 1 of the 2nd paragraph of section 82-2.02A with:
1. Phrase Property of The County of Fresno
Add to Section 82-2.0213:
Signs must be 0.080 inch thick aluminum alloy and street name signs must be 0.125 inch thick alloy faced
on both sides.
Replace the 2"d paragraph of Section 82-2.02C with:
Reflective sheeting on all signs shall be 3M Diamond Grade DG3 Series 4000 or equal and must meet
ASTM Type XI specifications.
Add to Section 82-2.02D:
All signs must have the 3M 1160 graffiti resistant clear overlay film or equal.
Replace Section 82-2.04 with:
82-2.04 PAYMENT
Not Used
Add to the end of Section 82-3.02A:
All new roadside signs must be mounted to steel square posts.
Contract Number 25-03-C
Add to the end of Section 82-3.02B:
All post for traffic signs must be 2"X2"X10' square by 14 gauge steel.
Welded Anchor (2 '/4"X2 '/4"X30") and sleeve (2 '/2"X2 '/2"X18") shell be used as a base to anchor post in
the ground. Hole size and placement must be the same as the metal post.
All mounting hardware shall be either galvanized or stainless steel. Banding shall be 3/4 inch wide stainless
steel with flare leg sign brackets. Hose clamps are not permitted. All signs shall be mounted using 3/8"
aluminum drive rivets. Nuts and bolts are not permitted.
Replace the 1It paragraph of Section 82-3.02D with:
Furnish a laminated wood box post with an attached metal cap at the top of each post.
Replace the last paragraph of Section 82-3.04 with:
Full compensation for furnishing sign panels is included in the bid item price per each Roadside Sign -One
Post and Roadside Sign -Two Post. One or more sign panels furnished and installed on a single post will
be counted as (1) one Roadside Sign - One Post. One or more sign panels furnished and installed on two
posts will be counted as (1)one Roadside Sign -Two Post.
Replace section 82-5.04 with:
Payment quantity for Markers bid item shall be measured by quantity. The contract price paid for Markers
shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and
doing all the work involved in furnishing and installing markers, complete in place, as shown on the plans,
as specified in the 2023 Standard Specifications and the Special Provisions, and as directed by the
Engineer.
83 RAILINGS AND BARRIERS
Replace the 2"d paragraph of Section 83-2.02C(1)(a)with:
Construct Midwest guardrail systems using:
1. Wood line posts.
2. Wood blocks for line posts.
3. Only 1 type of post and block for any 1 continuous length of guardrail.
Remove paragraph 2 of section 83-2.02C(1)(b).
Replace section 83-2.02D with:
Payment quantity for Guardrail System shall be measured by the lineal foot along the line of the guardrail.
The contract price paid for Guardrail System shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for all the work involved in installing guardrail system
complete in place, as shown on the plans, as specified in the 2023 Standard Specifications and these
Special Provisions, and as directed by the Engineer.
Replace section 83-2.04C with:
83-2.04C MFLEAT Flare Terminal System
83-2.04C(1) General
Section 83-2.04B includes specifications for constructing the MFLEAT flare terminal system. The
Contractor shall provide and install the MFLEAT flare terminal system as specified and no substitution of
alternative flare terminal system will be allowed.
Contract Number 25-03-C
Submit a certificate of compliance for the MFLEAT flare terminal system. Said certificate shall certify that
the system complies with the plans and special provisions, conform to the prequalified design and
material requirements, were manufactured in accordance with the approved quality control program, and
meet"Buy America" requirements.
83-2.04C(2) Materials
MFLEAT system. MFLEAT system must be an MFLEAT(8-post system) manufactured by Road Systems,
Inc., and must include the connection components. The MFLEAT (8-post system) can be obtained by
contacting:
Address Telephone no.
Buffy Pollard (800) 785-0505
Universal Industrial Sales, Inc.
Email: bpollard@uisutah.com
The price quoted by the distributor for the MFLEAT system is $ 2,498.61, not including sales tax as of
02/02/2021.
83-2. 04C(3) Construction
Install alternative flared terminal systems under the manufacturer's installation instructions.
Identify each terminal system by painting the type of terminal system in 2-inch-high, neat, black letters
and figures on the backside of the rail element between system posts number 4 and 5.
For MFLEAT systems, drive the steel foundation tubes with soil plates attached with or without pilot holes,
or place them in drilled holes. Backfill the space around the foundation tubes with selected earth that is
free of rock. Place the earth in 4-inch-thick layers. Moisten and thoroughly compact each layer. Coat the
inside surfaces of the foundation tubes to receive wood terminal posts with grease. Insert the posts into
the tubes by hand. Do not drive the posts. You may slightly round the post edges to facilitate insertion.
The MFLEAT system shall be equipped with a Type P Marker.
83-2.04C(4) Payment
The contract price is paid for each Type MFLEAT-MGS Terminal System installed and shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals, and doing all the work
involved in furnishing and installing MFLEAT-MGS Terminal System, complete in place, as shown on the
plans, as specified by the manufacturer, as specified in the 2023 Standard Specifications and the Special
Provisions, and as directed by the Engineer.
Replace section 83-4 with:
83-4.01 UNIVERSAL TAU-M CRASH CUSHION (TAU-M)TL-3
83-4.01A General
83-4.01A(1) Summary
Section 83-4.01 includes specifications for constructing Type TAU-M 7-bay crash cushions. The
Contractor shall provide and install the Universal TAU-M TL-3 as specified and no substitution of
alternative transition end treatment crash cushions will be allowed.
83-4.01A(2) Definitions
Not Used
Contract Number 25-03-C
83-4.01A(3) Submittals
Submit a certificate of compliance for Universal TAU-M crash cushions. Said certificate shall certify that
the crash cushions comply with the plans and special provisions, conform to the prequalified design and
material requirements, were manufactured in accordance with the approved quality control program, and
meet"Buy America" requirements.
83-4.01A(4) Quality Assurance
Not Used
83-4.01 B Materials
The crash cushion shall be TAU-M TL-3 and shall include all the items shown on the plans for crash
cushion, transition end treatment and all items recommended by the manufacturer including the
necessary transition to provide a smooth and continuous connection to the adjacent concrete barrier.
Concrete for the foundation shall comply with Statewide drawings A040113(Foundation Specifications).
83-4.01 C Construction
Install Type TAU-M crash cushions under the manufacturer's instructions. Installation instructions can be
found at the link below:
https://www.lindsay.com/uploads/files/resources/40651-Product-Installation-Manual-TAU-M.pdf
The foundation shall be reinforced concrete conforming to the manufacturer's recommendations.
The crash cushion shall be equipped with a Type P Marker.
The crash cushion, the concrete foundation, and all related appurtenances shall be constructed and/or
installed in accordance with the manufacturer's recommendations; in addition, the cartridges shall be
secured with stainless steel wire rope to prevent removal.
The crash cushion transition end treatment shall be equipped with a cartridge restraint system comprised
of stainless steel wire rope, eye bolts, cable clips and assorted nuts, washers, and wire rope thimbles.
The wire rope shall be installed lengthwise down the center of the crash cushion system, over each
cartridge, starting with the "Front Diaphragm" and ending at the last"Backstop". An eye bolt, backup
washer, and two jamb nuts shall be installed on the top of each diaphragm including the "Front
Diaphragm" and "Backstop". A'/4" stainless steel wire rope shall be secured to the "Front Diaphragm"with
a wire rope thimble and three wire rope clips. It shall then be threaded through each eye bolt and secured
to the "Backstop"with a wire rope thimble and three wire rope clips. The wire rope shall be pulled taught
by hand before tightening wire rope clips at the"Backstop".
83-4.01 D Payment
The contract lump sum price paid for Crash Cushion (TAU-M) shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in
furnishing and installing the energy absorption crash cushion end treatment complete in place, including
the reinforced concrete foundation, transition, P Marker, and cable restraint system, as shown on the
Plans, as specified in these special provisions, and as directed by the Engineer.
Contract Number 25-03-C
84 MARKINGS
Replace Section 84-1.03 with:
84-1.03 Construction
Before obliterating any pavement delineation (traffic stripes, pavement markings)that is to be replaced on
the same alignment and location, as determined by the Engineer, the pavement delineation shall be
referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and
location of the new pavement delineation. The references shall include the limits or changes in striping
pattern, including one-and 2-way barrier lines, limit lines, crosswalks and other pavement markings. Full
compensation for referencing existing pavement delineation shall be considered as included in the
contract prices paid for various items of work and no additional compensation will be allowed.
The Contractor shall protect pedestrian crosswalks, stop bars, rumble bars, and rumble Botts' dots from
damage or displacement, unless otherwise directed by the Engineer.
Replace or repair facilities, which are damaged with your operation, at your expense.
Replace the 2"1 paragraph of section 84-2.01 D(3)with:
The thermoplastic test stripe will be tested for yellow color, daytime luminance factor, and yellowness
index requirements.
Delete the 1st&2"d paragraph of Section 84-2.03B(2)(a)
Replace the 2nd paragraph of section 84-2.03B(2)(b) with:
Apply extruded thermoplastic for a traffic stripe at a rate of at least 0.37 lb of thermoplastic per foot of 4-
inch-wide solid stripe. The applied thermoplastic traffic stripe must be at least 0.100 inch thick.
Replace the 2"d paragraph of Section 84-2.03B(2)(c)with:
Apply sprayable thermoplastic at a rate of at least 0.29 lb of thermoplastic per foot of 4-inch-wide solid
stripe. The applied sprayable thermoplastic material must be 0.08 inch (80 mil)thick.
Replace section 84-2.04 with:
Thermoplastic Traffic Stripes shall be measured by the lineal foot along the line of traffic stripes. Painted
pavement markings shall be measured by the square foot of actual area marked. The contract price paid
for Pavement Markings and Traffic Stripes shall include full compensation for furnishing all labor, tools,
materials, equipment, and incidentals, and for all the work involved in painting traffic stripes and
pavement markings, including establishing alignment, and layout work, complete in place, as shown on
the plans, as specified in the 2023 Standard Specifications and the Special Provisions, and as directed by
the Engineer.
Replace Reserved in section 84-9.0313 with:
84-9.0313 Remove Traffic Stripes and Pavement Markings Containing Lead
Residue from the removal of painted or thermoplastic traffic stripes and pavement markings may contain
lead from the paint or thermoplastic. The average lead concentrations are less than 1,000 mg/kg total
lead and 5 mg/L soluble lead. This residue:
1. Is a nonhazardous waste
2. Does not contain heavy metals in concentrations exceeding the thresholds established by the
Health and Safety Code and 22 CA Code of Regs
3. Is not regulated under the Federal Resource Conservation and Recovery Act (RCRA), 42
USC § 6901 et seq.
Contract Number 25-03-C
Management of this material exposes workers to health hazards that must be addressed in your lead
compliance plan.
Replace the 1st paragraph of section 84-9.04 with:
The payment quantity for remove traffic stripe is the measured length of the stripe removed independent
of width. Double or triple stripes are paid the same as a single stripe.
DIVISION XI MATERIALS
90 CONCRETE
Replace the 1st sentence of the 3rd paragraph of Section 90-1.0111)(3) with:
Shrinkage test data authorized by the Department or Caltrans no more than 3 years before the 1st da of
the Contract is authorized for entire Contract.
Replace the 1st paragraph of section 90-1.01 D(5)(b) with:
If the concrete has a described 28-day compressive strength equal to or greater than 3,600 psi, or if
prequalification is specified, prequalify the materials, mix proportions, mixing equipment, and procedures
proposed for use in the work before placing the concrete.
Add to the end of item 3.3 in the list in the 7t" paragraph of Section 90-1.02G(3):
Max.
Replace the word "Department" with "Caltrans" in the 2"d paragraph of Section 90-2.02E.
Replace the 3rd sentence of Item 3 of the list in the 3rd paragraph of Section 90-4.02 with:
Test data authorized by the Department or Caltrans no more than 3 years before the 1 st day of the
Contract is authorized for the entire Contract.
92 ASPHALT BINDERS
Replace the word "Department" with "Caltrans" in the 1 st sentence of Section 92-1.01 D(2).
Replace the word "Department" with "Caltrans" in footnote `b' of the 1st table in Section 92-1.02B.
Replace the word "Department" with "Caltrans" in the 5t" paragraph of Section 92-1.02B.
94 ASPHALTIC EMULSIONS
Contract Number 25-03-C
Replace Section 94-1.02E with:
94-1.02E Cationic Emulsified recycling Agent
Not Used
Replace Section 94-1.02G with:
94-1.02G Bonded Wearing Course Asphaltic Emulsions
Not Used
Replace Section 94-1.02H with:
94-1.02H Rapid Setting Polymer Modified Rejuvenating Asphaltic Emulsions
Not Used
Replace Section 94-1.02K with:
94-1.02K Micro-Surfacing Emulsions
Not Used
Contract Number 25-03-C
Federal Requirements
Contract Number 25-03-C
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.
Prohibition of Certain Telecommunications and Video Surveillance Equipment and Services
In response to significant national security concerns, the agency shall check the prohibited vendor list
before making any telecommunications and video surveillance purchase because recipients and
subrecipients of federal funds are prohibited from obligating or expending loan or grant funds to:
• Procure or obtain;
• Extend or renew a contract to procure or obtain; or
• Enter into a contract(or extend or renew a contract)to procure or obtain equipment, services, or
systems that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.
The prohibited vendors (and their subsidiaries or affiliates)are:
• Huawei Technologies Company;
• ZTE Corporation;
• Hytera Communications Corporation;
• Hangzhou Hikvision Digital Technology Company;
• Dahua Technology Company; and
• Subsidiaries or affiliates of the above-mentioned companies.
In implementing the prohibition, the agency administering loan, grant, or subsidy programs shall prioritize
available funding and technical support to assist affected businesses, institutions and organizations as is
reasonably necessary for those affected entities to transition from covered communications equipment
and services, to procure replacement equipment and services, and to ensure that communications service
to users and customers is sustained.
Federal Requirements 1
Federal Forms:
FHWA-1391: EEO Monitoring
During the last full pay period in July, the prime contractor must complete Exhibit 16-0: Federal Aid
Highway Construction Contractor's Annual EEO Report(Form FHWA-1391)for all federal aid construction
contracts that are active.
Note: The person who should be signing Exhibit 16-0 would either be the County Resident Engineer or the
County Project Manager.
Exhibit 9-P: Prompt Payment Certification
The prime contractor must submit Exhibit 9-P to the County by the 15th of the month following the month
of any payment(s). If the prime contractor or consultant does not make any payments to subcontractors,
supplier(s)and/or manufacturers they must report"no payments were made to subs this month" and write
this visibly and legibly on Exhibit 9-P.
Links provided to Caltrans forms at time of publication:
• Exhibit 9-J DLA Commercially Useful Function (2023)
https://forms.dot.ca.gov/v2Forms/servlet/FormRenderer?frmid=DOTLAPM9J
• Exhibit 9-K DBE Joint Check Agreement Request (2023)
https://forms.dot.ca.gov/v2Forms/servieVFormRenderer?frmid=DOTLAPM9K
• Exhibit 9-P Prompt Payment Certification (2023) https:Hdot.ca.gov/-/media/dot-
media/programs/local-assistance/documents/lapm/c09/09pe.xlsx
• Exhibit 16-B Subcontracting Request (2021)
https://forms.dot.ca.gov/v2Forms/servlet/FormRenderer?frm id=DOTLAPM
16B
• Exhibit 16-1 Notice of Materials to Be Used (2018) https://dot.ca.gov/-/media/dot-
media/programs/local-assistance/documents/lapm/c16/16i.pdf
• FHWA-1391 Federal-Aid Highway Construction Contractors Annual EEO Report (2022)
hftps://www.fhwa.dot.gov/eforms/fhwal 391.pdf
• Exhibit 16-Z1 Monthly DBE Trucking Verification (2018)
https:Hdot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/cl 6/16z1.pdf
• Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier
Subcontractors (2023)
https://dot.ca.gov/-/media/dot-media/programs/lo al-assistance/documents/lapm/cl7/17f.pdf
• Exhibit 17-0 Disadvantaged Business Enterprises (DBE) Certification Status Change (2015)
https:Hdot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/cl 7/17o.pdf
Federal Requirements 2
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 1 of 8
PROJECT DESCRIPTION DISTRICT FEDERAL PROJECT NUMBER
PROJECT LOCATION COUNTY LOCAL PUBLIC AGENCY(LPA)
CONTRACTOR NAME AWARD AMOUNT
Complete a Commercially Useful Function (CUF)evaluation for each Disadvantaged Business Enterprise (DBE)company performing on a
federal-aid contract,with or without a DBE goal. Perform the evaluation at the beginning of the DBE's work, and continue to monitor the
performance of CUF for the duration of the project.
EVALUATOR INFORMATION
EVALUATOR'S NAME EMAIL ADDRESS EVALUATION DATE
EVALUATOR'S TITLE PHONE NUMBER
PRIME CONTRACTOR EVALUATION MEETING INFORMATION ❑N/A
CONTRACTOR REPRESENTATIVE NAME EMAIL ADDRESS PHONE NUMBER
CONTRACTOR REPRESENTATIVE TITLE
DBE CONTRACT COMMITMENT
DBE Total Contract Commitment DBE Company Commitment DBE Company Work Completed to Date
DBE COMPANY INFORMATION
DBE COMPANY NAME COMPANY EMAIL ADDRESS COMPANY PHONE NUMBER
DBE COMPANY OWNER DBE ADDRESS
NAICS CODES WORK CODES
ADDRESS LOCATION OPEN TO THE PUBLIC?
❑ Storefront ❑ Warehouse ❑ Yard ❑Manufacturing Plant or Facility ❑ Yes ❑ No
DBE REPRESENTATIVE NAME EMAIL ADDRESS PHONE NUMBER
DBE REPRESENTATIVE TITLE
BRIEF DESCRIPTION OF DBE'S SCOPE OF WORK(Include the bid item numberand item description)
❑ Attach a copy of subcontract agreement or purchase order as applicable.
TYPE OF DBE
DBE company is performing as:
❑ Prime Contractor(Section 1) ❑ Trucking (Section 2) ❑ Professional Services(Section 5)
❑ Subcontractor(Section 1) ❑ Regular Dealer(Section 3) ❑ Broker(Section 6)
❑ Tier Subcontractor(Section 1) ❑ Manufacturer(Section 4)
Complete the appropriate section to document the evaluation.
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 2 of 8
DISTRICT FEDERAL PROJECT NUMBER COUNTY PROJECT LOCATION
CONTRACTOR NAME DBE COMPANY NAME
DBE COMMERCIALLY USEFUL FUNCTION EVALUATION DETERMINATION
For the DBE performing a Commercially Useful Function, the DBE CUF evaluation identified:
❑ No Deficiencies
❑ The Following Deficiencies:
Number CUF Deficiency
1 SECTION
QUESTION
DESCRIPTION OF DEFICIENCY
2 SECTION
QUESTION
DESCRIPTION OF DEFICIENCY
For Commercially Useful Function full credit,the DBE CUF evaluation identified:
❑ No Inadequacies
❑ The Following Inadequacies:
Number CUF Inadequacy
1 SECTION
QUESTION
DESCRIPTION OF INADEQUACY
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 3 of 8
DISTRICT FEDERAL PROJECT NUMBER COUNTY PROJECT LOCATION
CONTRACTOR NAME DBE COMPANY NAME
DBE CUF DETERMINATION
❑ DBE is Performing a Commercially Useful Function
Based on the evaluation,the DBE is performing a Commercially Useful Function.
❑ DBE is Not Performing a Commercially Useful Function
Based on the evaluation,the DBE was not performing a Commercially Useful Function.
EVALUATOR NAME SIGNATURE DATE
CONTRACTOR CERTIFICATION ❑LPA Evaluation
I certify under penalty of perjury that the information provided in this form is complete and accurate.
CONTRACTOR NAME SIGNATURE DATE
LPA VERIFICATION
The information provided in this form has been verified to be complete and accurate.
COMPLETENESS
VERIFIED BY NAME- INSPECTOR SIGNATURE DATE
BASED ON CERTIFIED PAYROLLS
VERIFIED BY NAME - RESIDENT ENGINEER SIGNATURE DATE
BASED ON ATTACHMENTS&DOCUMENTS
VERIFIED BY NAME - DBE LIAISON SIGNATURE DATE
NO RESPONSES&CUF DETERMINATION
VERIFIED BY NAME - EMPLOYEE IN RESPONSIBLE CHARGE SIGNATURE DATE
RESIDENT ENGINEER CERTIFICATION
I certify that I have reviewed the information submitted in this DBE CUF evaluation and have made the following CUF determination:
❑ DBE is Performing a Commercially Useful Function
❑ DBE is Not Performing a Commercially Useful Function
RESIDENT ENGINEER NAME SIGNATURE DATE
ADA Notice This document is available in alternative accessible formaAgFe%-nV@W reformation, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit,1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 4 of 8
DISTRICT FEDERAL PROJECT NUMBER COUNTY PROJECT LOCATION
CONTRACTOR NAME DBE COMPANY NAME
COMPLETED EVALUATIONS SUBMITTAL
Submit DBE Commercially Useful Function Evaluation to SUBMITTED BY NAME DATE
the Contractor
Submit DBE Commercially Useful Function Evaluation to SUBMITTED BY NAME DATE
the DBE company
Submit DBE Commercially Useful Function Evaluation to SUBMITTED BY NAME DATE
the LPA Labor Compliance Office
Submit non-compliant DBE Commercially Useful Function SUBMITTED BY NAME DATE
Evaluation to LPA Resident Engineer
ATTACHMENTS
Record or Document File Name
❑ Subcontract Agreement
❑ Purchase Order
❑ Daily Work Records
❑ Certified Payrolls
❑ Invoices
❑ Cancelled Checks
❑ Equipment Ownership
❑ Materials on Hand
❑ Lease or Rental Agreement
❑ Haul Tickets or Bills of Lading
❑ Delivery Tickets
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 5 of 8
GENERAL INFORMATION
• Pursuant to 49 Code of Federal Regulations(CFR)26.55, "A DBE performs a commercially useful function when it is responsible for
execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work
involved.A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract,
or project through which funds are passed in order to obtain the appearance of DBE participation..."The purpose of this form is to provide
documentation of evaluating DBEs for compliance with the CFR commercially useful function requirements.
FORM
• PROJECT DESCRIPTION: Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab,
Overlay, etc.).
• PROJECT LOCATION: Enter the project location(s)as it appears on the project advertisement.
• DISTRICT: Enter the district number of the project.
• FEDERAL PROJECT NUMBER: Enter the federal project number.
• COUNTY: Enter the abbreviation for the county where the project is located.
• LOCAL PUBLIC AGENCY:A California city,county,tribal government, or other local public agency.
• CONTRACTOR NAME: Company name of the prime contractor.
• AWARD AMOUNT: Contract Award without the contingency.
EVALUATOR INFORMATION
• EVALUATOR NAME: Name of the individual conducting the evaluation.
• EMAIL ADDRESS: Evaluator's email address.
• EVALUATION DATE: Date the evaluation took place with the DBE and prime contractor.
• EVALUATOR TITLE:Title of the individual conducting the evaluation.
• PHONE NUMBER: Evaluator's phone number.
PRIME CONTRACTOR EVALUATION MEETING INFORMATION
• CONTRACTOR REPRESENTATIVE: Name, email address, phone number and title of the contractor's representative attending the
evaluation meeting.
DBE CONTRACT COMMITMENT
• DBE TOTAL CONTRACT COMMITMENT: Enter the percentage and dollar amount of the total DBE commitment on this contract.
• DBE COMPANY COMMITMENT: Enter the calculated percentage and dollar amount the contractor has committed to the DBE company
based on the subcontract amount or purchase order amount for materials.
• DBE COMPANY WORK COMPLETED TO DATE: Enter the percentage and dollar amount of DBE completed work performed or materials
supplied to date for the DBE company.
DBE COMPANY INFORMATION
• DBE COMPANY NAME: Enter the name of the DBE contractor, subcontractor,trucker, or materials supplier.
• COMPANY EMAIL ADDRESS: Enter DBE company email address.
• COMPANY PHONE NUMBER: Enter DBE company phone number.
• DBE COMPANY OWNER: Enter the name of the DBE company owner.
• NAISC CODES: Enter the North American Industry Classification System code for the DBE company.
• WORK CODES: Enter the work codes that the DBE is certified to perform.
• DBE ADDRESS: Enter the physical address of the DBE company.
• ADDRESS LOCATION: Check the appropriate box for storefront,warehouse, yard, manufacturing plant, or facility.
• OPEN TO THE PUBLIC: Check box either"Yes"or"No"whether the storefront,warehouse,yard, manufacturing plant, or facility is open to
the public.
• DBE REPRESENTATIVE: Name,email address, phone number and title of the DBE's representative attending the evaluation meeting. If
there is no DBE representative attending the evaluation meeting, enter"None"in these fields.
• BRIEF DESCRIPTION OF DBE'S SCOPE OF WORK: Provide a description of the work the DBE will perform or the materials that will be
supplied by a DBE company.
• TYPE OF DBE: Check the appropriate box for prime contractor, subcontractor,tier subcontractor,trucking, regular dealer, manufacturer,
professional services, or broker based on what the DBE is performing on the contract. Select all boxes that apply for the DBE company
based on scope of work.
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 6 of 8
CUF DETERMINENTS
Complete the appropriate section for the type of work performed or materials supplied by the DBE company as indicated by the checked box on
page 1 of the form. Questions in BOLD font indicate questions that impact CUF determining factors. Questions underlined on this form are
used to determine if the DBE work is eligible for full credit.
For more information about CUF determining factors, refer to the"FHWA Tips of Evaluating a Commercially Useful Function"or:
https://www.fhwa.dot.gov/federal-aidessentials/commusefunction.pdf
Refer to APPENDIX B: DBE Commercially Useful Function Evaluation Instructions in the State Highway Project Procedures Disadvantaged
Business Enterprise Commercially Useful Function Compliance and Monitoring Guide for completing the evaluation.
The evaluation questions are based on the following requirements to determine whether a DBE is performing CUF.
SECTION 1: DBE CONTRACTOR OR SUBCONTRACTOR EVALUATION
Management Records or Documents
• Scheduling work operations Subcontract Agreement or Purchase Order
• Preparing and submitting certified payrolls DBE monthly progress reports
• Full time supervisor or superintendent Daily work records
• DBE must be responsible for performing its own work on the Certified payrolls
project
• At least 30%of the work must be performed by the DBE with its
own workforce
• The DBE keeps a regular workforce and has its own employees
Equipment Records or Documents
• The DBE owns, rents or leases equipment Invoices
• The DBE may lease specialized equipment with an operator Haul tickets or bills of lading
• The DBE provides the operator and is responsible for all labor Lease agreements
and compliance for non-specialized equipment Daily work records
• The DBE's marking or emblem is on the equipment Ownership documents, such as title, registration,vehicle
identification number
• Cancelled checks
Materials Records or Documents
• The DBE is ordering materials and invoices indicate the DBE is Invoices
the customer Material on Hand documents
• The DBE is determining the quality and quantity of materials Delivery tickets, haul tickets or bills of lading
• The contact person is employed by the DBE Daily work records
• The DBE is paying for the materials Cancelled checks
• Subcontract agreement
SECTION 2: TRUCKING
Management Records or Documents
• DBE is managing the arrangement of and scheduling the trucks Subcontract agreement or purchase order
• DBE is required to own and operate at least on fully licensed, Equipment ownership, rental or lease documents
insured and operational truck on the contract Payroll records
Workforce List of trucks, truck unit numbers and vehicle identification numbers
• DBE is allowed to lease trucks from DBEs and non-DBEs
• DBE keeps a regular workforce and has its own employees
• DBE is utilizing its own equipment
• Operation of the equipment must be subject to the full control of
the DBE
ADA Notice This document is available in alternative accessible formaAgFeWrApaW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 7 of 8
CUF DETERMINENTS
SECTION 3: REGULAR DEALER(60%Credit)
Regular Dealer Records or Documents
• The DBE has a regular trade with a variety of customers Invoices
• The DBE has an inventory of the materials and supplies to be Delivery tickets or haul tickets
provided on the contract Purchase order
• For bulk items, the DBE both owns and operates distribution List of inventory
equipment Cancelled checks
• The DBE is responsible for the delivery
SECTION 4: MANUFACTURER(100%Credit)
Manufacturer(100%Credit) Records or Documents
• Maintain a factory or establishment that produces on the Purchase order
premises the materials or supplies required on the contract Material sources
• Alter or fabricate the product Material invoices and billing invoices
• Bills of lading and shipping tickets
SECTION 5: PROFESSIONAL SERVICES (100% Credit)
Management Records or Documents
• Scheduling work operations Invoices
• Preparing and submitting certified payrolls List of equipment
• Full time supervisor Cancelled checks
• DBE must be responsible for performing its own work on the
project
• At least 30%of the work must be performed by the DBE with its
own workforce
• The DBE keeps a regular workforce and has its own employees
SECTION 6: BROKER
Performance Records or Documents
• DBE broker is performing the bid item work committed to them • Invoices
on the DBE Commitment Form and their agreement • Cancelled checks
Management
• For procurement of materials, supplies and trucking, DBE is
scheduling procurement of materials and supplies or trucking for
delivery of materials and supplies, and other related actions for
performance of the work.
• For bonding or insurance, DBE provided the bonds or insurance.
• Preparing and submitting invoices.
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISE
COMMERCIALLY USEFUL FUNCTION EVALUATION
DOT LAPM 9-J(NEW 05/2023) Page 8 of 8
DBE COMMERCIALLY USEFUL FUNCTION EVALUATION FINDING
If you answered "NO"to any of the bold evaluation questions on this form,you must evaluate the eligibility of the DBE to participate
and receive credit for their performance of work. If you answered"NO"to any underlined questions on this form,you must evaluate whether the
DBE work is eligible to receive full credit. If you are unsure of a DBE's eligibility, contact Division of Construction's Labor Compliance Program
located at headquarters for guidance.
• DEFICIENCIES: Describe any deficiencies found that must be corrected by the contractor to allow DBE participation and credit for the DBE
on the contract.
• INADEQUACY: Describe any inadequacies found that must be corrected by the contractor to allow full credit for the DBE on the contract.
• EVALUATION FINDING: Check the box for either"DBE is Performing a Commercially Useful Function"or"DBE is Not Performing a
Commercially Useful Function."
• EVALUATOR NAME: Name of the individual conducting the evaluation.
• SIGNATURE: Signature of evaluator.
• DATE: Date signed by evaluator.
CONTRACTOR CERTIFICATION
Required when the contractor is completing the evaluation.
• CONTRACTOR NAME: Name of the contractor representative.
• SIGNATURE: Signature of contractor.
• DATE: Date signed by contractor.
LPA VERIFICATION
Verification is required for completeness: DBE employees are shown on DBE certified payrolls, responses to questions based on attachments
are provided, explanation of"NO" responses to questions are provided, and CUF determination is appropriate.
• VERIFIED BY NAME: Name of the individual conducting the verification.
• SIGNATURE: Signature of verifier
• DATE: Date signed by verifier.
RESIDENT ENGINEER CERTIFICATION
Resident engineer reviews the evaluation and certifies either that"DBE is Performing a Commercially Useful Function"or"DBE is Not Performing
a Commercially Useful Function." Discuss with the contractor any deficiency on the form and require submittal of a corrective action plan.
• RESIDENT ENGINEER: Name of the resident engineer.
• SIGNATURE: Signature of resident engineer.
• DATE: Date signed.
COMPLETED EVALUATIONS SUBMITTAL
Submit completed evaluation forms to the contractor, DBE company and LPA Labor Compliance Officer and submit non-compliant evaluations
with deficiencies or inadequacies to DLAE.
• SUBMITTED BY: Name of individual submitting form.
• DATE: Date form was submitted.
ATTACHMENTS
Check a box for each attachment and provide the electronic file name of the attachment. The attachment list will expand to allow for additional
attachments.
ADA Notice This document is available in alternative accessible formaAgFeWrApaW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISES (DBE)
JOINT CHECK AGREEMENT REQUEST
DOT LAPM 9-K(NEW 05/2023)
This form must be submitted and approved prior to the use of a joint check
Name of Prime Contractor Contract Number
Name of Contractor issuing joint check
Name of DBE Contractor
Name of Material Supplier
Bid Item numbers and descriptions of work to be performed by DBE
Who initiated the request?
Reason for request
Comments
Information:
The use of joint checks is subject to review by the Local Public Agency(LPA) Resident Engineer and DBE Liaison.
Read and follow the procedures as outlined in this form. Failure to follow the conditions as described in the LAPM Chapter 9,or if LPA determines
that the arrangement results in a lack of independence or commercially useful function (CUF)on the part of the DBE involved,will result in
disallowance of credit toward the goal for claimed DBE participation.The fact that a DBE is certified will not be determinative on whether the
DBE is performing a CUF so that credit for DBE participation is permissible.
When joint checks are used in DBE subcontracting, DBE credit toward the contract goal will be allowed only when the DBE subcontractor is
performing a CUF in accordance with the Code of Federal Regulations,Title 49(49 CRF), Section 26.55(c)(1),"How is DBE participation
counted toward goals?":
"A DBE performs a CUF when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually
performing, managing, and supervising the work involved. To perform a CUF,the DBE must also be responsible,with respect to materials
and supplies used on the contract,for negotiating price, determining quality and quantity, ordering the material, and installing (where
applicable)and paying for the material itself."
When using a joint check,the following conditions are required. Failure to comply with the conditions below will disqualify DBE participation and
may adversely impact a contractor's bidding status.
1. The Disadvantaged Business Enterprises Joint Check Agreement Request must be fully completed and approved by LPA prior to
issuance of any joint check.
The Disadvantaged Business Enterprises Joint Check Agreement Request form acts as a written joint check agreement among the parties
providing full and prompt disclosure of the expected use of joint checks.
2. The entity issuing the joint check acts solely to guarantee payment to the supplier.
49 CFR, Part 26 requires that the DBE's own funds are used to pay for the material and it is not appropriate for the funds to come from the
contractor to the material supplier. Joint checks from a prime contractor to the DBE for the costs of items procured by the DBE from the
material supplier may be regarded as representing the DBE's own funds.
3. The DBE must release the joint check to the supplier.
Joint checks issued by the contractor must be delivered or mailed to the DBE for presentation and payment to the DBE's suppliers. The
contractor shall not make the payment directly to the supplier.
4. Any documentation requested by LPA to confirm the proper use of joint checks shall be supplied to LPA within 10 days of the date of the
request. Failure to provide requested information timely will result in disallowance of DBE credit.
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA DISADVANTAGED BUSINESS ENTERPRISES (DBE)
JOINT CHECK AGREEMENT REQUEST
DOT LAPM 9-K(NEW 05/2023)
1 have read and understand the above information and acknowledge the information provided on this form is true and accurate.
AUTHORIZED PRIME CONTRACTOR REPRESENTATIVE
Signature Print Name Title Date
AUTHORIZED CONTRACTOR ISSUING THE JOINT CHECKS(If other than the prime)
Signature Print Name Title Date
AUTHORIZED DBE CONTRACTOR REPRESENTATIVE
Signature Print Name Title Date
AUTHORIZED MATERIAL SUPPLIER REPRESENTATIVE
Signature Print Name Title Date
LPA USE ONLY
❑ Approved
❑ Denied Reason for denial
Resident Engineer's Signature Print Name Title Date
Instructions
This form is required as part of the approval process for the use of joint checks under the Disadvantaged Business Enterprises (DBE) program
set forth by Federal Highway Administration's policy on the use of joint checks on federal-aid highway projects.
The top of the form requires specific information regarding the construction project: contract number, prime contractor name, name of the
contractor issuing the joint check(if other than the prime), DBE contractor name, material supplier name, bid items and descriptions, comments
and who initiated the request.
This form requires the signature of the authorized representatives of the prime contractor, name of the contractor issuing the joint check(if other
than the prime), DBE contractor, and material supplier. This form must be submitted and approved by the resident engineer prior to the use of
joint checks.
COPY DISTRIBUTION: Original- Project File Copy-DBE Subcontractor Copy- LPA Labor Compliance Office
ADA Notice This document is available in alternative accessible formaAgFeW a information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
Local Assistance Procedure Manual Exhibit 9-P
Prompt Payment Certification
EXHIBIT 9-P: PROMPT PAYMENT CERTIFICATION
Section 7108.5 of the California Business and Professions Code(CBPC)requires a prime contractor or subcontractor(i.e.builders)to pay any subcontractor not later than seven(7)days after receipt of each progress payment received or final
retention payment.Section 3321 of the California Civil Code(CCC)requires prime design professionals(prime consultants directly in contract with a public agency)to pay any subconsultant not later than fifteen(15)days after receipt of each
progress payment or final retention payment.The payment cannot be delayed because of disagreements on other contracts.Any delay or postponement of payment among the parties may take place only for good cause with the agency's prior
written approval.This requirement applies to both DBE and non-DBE subcontractors.
1. CONTRACT INFORMATION
(1) (2) (3) (4) (5) (6) (7) (8) (9)
Federal Project Local Contract Total Contract Total DBE DBE DBE Contract Reporting Period
Prime Contractor/Consultant Local Agency Commitment Amt Commitment
Number Number Award Amt($) ($) Z Goal(%) (MM/YYYY)
2. PAYMENT INFORMATION
(10) (11) (12) (13) (14) (15) (16) (17) (18) (19) (20)
Date Payment Amount Paid To Total Committed to Incremental Comments or Reason for Non-
Subcontractor/Subconsultant Name Subcontract Type Received by Sub to Date This Subcontractor
DBE Cert. Date of Prime Amount of Payment Promptly Paid? Retainage Payment/Non-Prompt Payment,
Number Prime Payment to Sub ($) ($) ($) (Y/N) Paid? including Payment of incremental
(Y/N) Retainage
Totals $0.00 $0.00 $0.00
List all first-tier subcontractors/subconsultants,whether or not the firms were originally listed in Exhibit 10-02 or 15-G as a DBE commitment. If the actual DBE utilization was different than that approved at the time
of award,provide comments in box(20).All payments reported,including payments to contractor/consultant,are for the date listed.
*Only reasons based on dispute on subcontractor or supplier noncompliance may be accepted.
3. CERTIFICATION
The prime contractor or consultant hereby certifies that the foregoing Prompt Payment
Local Agency certifies that all information in this form is complete and verified.
Certification Form is true and correct.
(21)Prime Contractor Manager's Signature (22)Date (23)Local Agency Representative's Signature (24)Date
(25)Prime Contractor Manager's Name (26)Phone (27)Local Agency Representative's Name (28)Phone
Page 1 of 1
May 2023
Draft Exhibit 9-P Instructions
I. Purpose
Section 7108.5 of the California Business and Professions Code (CBPC) requires a prime contractor or subcontractor(i.e.
builders)to pay any subcontractor not later than seven (7) days after receipt of each progress payment received or final
retention payment. Section 3321 of the California Civil Code(CCC) requires prime design professionals (prime
consultants directly in contract with a public agency)to pay any subconsultant not later than fifteen (15) days after
receipt of each progress payment or final retention payment.The payment cannot be delayed because of
disagreements on other contracts.Any delay or postponement of payment among the parties may take place only for
good cause with the agency's prior written approval.This requirement applies to both DBE and non-DBE
subcontractors.
II. Instruction
For projects that are awarded on or after September 1, 2023:
The prime contractor or consultant must submit Exhibit 9-P to the LPA administering the contract by the 15th of the
month following the month of any payment(s). If the prime contractor or consultant does not make any payments to
subcontractors,suppliers, and/or manufactures they must report "no payments were made to subs this month" and
write this visibly and legibly on Exhibit 9-P.
A failure to complete the Prompt Pay reporting requirement may result in the withholding of the prime contractor or
consultant's next progress payment and/or final payment.Additionally, Caltrans may require the LPA to issue a
corrective action plan and/or it may require the LPA to suspend the contract in whole or in part if the prime or
consultant does not make up the shortfall.
LPA must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non-
DBE firms, and address any shortfalls to the DBE commitment and prompt payment issues until the end of the project.
The LPA must email a copy of Exhibit 9-P to DBE.Forms@dot.ca.gov before the end of the month after receiving the
Exhibit 9-P from prime contractor or consultant.
1. CONTRACT INFORMATION
(1) Prime Contractor/Consultant: Enter the business name for the prime contractor/consultant.
(2) Local Agency: Enter the local agency name.
(3) Federal Aid Project Number: Enter the 7-digit federal-aid project number of the lead project on the contract.
E.g. 5002(123) is a valid Federal-Aid Project Number.
(4) Local Contract Number: Enter the Local Agency contract number or identifier.
(5) Total Contract Award Amount ($): Enter the total contract award amount of the project.
(6) Total Contract DBE Commitment Amount ($): Enter the total DBE commitment award amount of the project
as it appears on Exhibit 10-02 or Exhibit 15-G.
(7) DBE Commitment (%): Enter percentage of the Prime contract committed to DBE firms as it appears on
Exhibit 10-02 or Exhibit 15-G.
(8) DBE Contract Goal (%): Enter the contract DBE goal percentage as it appears on the project advertisement.
(9) Reporting Period (Month-Year): Indicate the month and year of payments being reported.
2. PAYMENT INFORMATION
(10)Subcontractor/Subconsultant name: Enter subcontractor/consultant firm's name.
(11) DBE Cert. Number: List the DBE's certification number as listed in the California Unified Certification Program
(CUCP) database.
(12)Subcontract Type: Enter the most appropriate Subcontractor's contract type.
(13) Date of Payment Received by Prime: Enter date when a check is issued by LPA to the prime
contractor/consultant for work performed by the contractor/consultant.
(14) Date of Prime Payment to Sub: Enter date when a check is issued by prime to the subcontractor/subconsultant
for work performed by the subcontractor/subconsultant.
(15)Amount of Payment($): Enter the total amount paid to the subcontractor this period.
(16)Amount Paid to Sub to Date ($): Enter the total amount paid to this subcontractor to date. This should be a
total of past payments plus payment for the current work just invoiced to the Local Agency.
(17)Total amount committed to this subcontractor($): Enter the total amount committed to this subcontractor,
copy the information from the agency signed Exhibit 10-02 or 15-G.
(18) Promptly Paid? (Y/N): Enter"Y" if payment was made in accordance with the contract. Enter"N" if it's in dispute.
Must provide comments regarding any dispute of payment.
(19) Incremental Retainage Paid? (Y/N): Enter"Y" if this payment was a retainage payment. Enter"N" if this was a
progress or final payment.
(20)Comments or Reason for Non-Payment/Non-Prompt Payment, including Payment of Incremental
Retainage *: Only reasons based on dispute with subcontractor or supplier noncompliance may be accepted.
Add appropriate notes if a DBE subcontract was terminated, a DBE subcontract was added, if change orders
impacted the DBE's payments(include good faith efforts the prime contractor/consultant implemented), if task
orders weren't issued, etc.
3. CERTIFICATION
(21) Prime Contractor Manager's Signature:Self explanatory
(22) Date: Provide the date Prime Contractor Manager signed this form.
(23) Local Agency Presentative's Signature:Self explanatory.
(24) Date: Provide the date Local Agency Presentative signed this form.
(25) Prime Contractor Manager's Name:Self explanatory.
(26) Phone: Self explanatory
(27) Local Agency Presentative's Name:Self explanatory.
(28) Phone: Self explanatory
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION Page 1 of 2
DLA SUBCONTRACTING REQUEST REQUEST NUMBER
DOT LAPM 16-B(NEW 12/2021)
CONTRACTOR NAME COUNTY ROUTE
BUSINESS ADDRESS CONTRACT NUMBER
CITY AND STATE ZIP CODE FEDERAL-AID PROJECT NUMBER(from special provisions)
CA STATE PUBLIC WORKS CHECK IF
BID ITEM PERCENTAGE DESCRIBE WORK WHEN LESS DOLLAR AMOUNT
SUBCONTRACTORS CONTRACTOR CONTRACTOR NUMBER(S) OF BID ITEM (See Categories THAN 100%OF WORK IS BASED ON
(Name, Business Address, Phone) LICENSE REGISTRATION (1 per line) SUBCONTRACTED Below SUBCONTRACTED BID AMOUNT
NUMBER NUMBER 1 2
Categories: 1. Listed Under Fair Practices Act 2. Certified Disadvantaged Business Enterprise/Disabled Veteran Business Enterprise
I certify that:
• The specifications for labor set forth in the contract apply to the subcontracted work.
• If applicable(federal-aid projects only), Form FHWA-1273 has been inserted in the subcontracts and will be incorporated in any lower-tier subcontract.
• Written contracts have been executed for the subcontracted work noted above.
CONTRACTOR'S SIGNATURE DATE
This section is to be completed by the resident engineer.
1. Total of bid items $
2. Bid items previously subcontracted $
3. Bid items subcontracted (this request) $
4. Total of lines 2 and 3 $
5. Maximum amount of work allowed to be subcontracted (multiply line 1 by %) $
6. Minimum amount prime contractor must perform with own forces(multiply line 1 by %) $
APPROVED
RESIDENT ENGINEER'S SIGNATURE DATE
Copy Distribution: Original-Contractor Copy-Resident Engineer
ADA Notice This document is available in alternative accessible formaAgFeWr%W—iflformation, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION
DLA SUBCONTRACTING REQUEST
LAPM 16-B(NEW 12/2021)
INSTRUCTIONS
All first-tier subcontractors must be included on a subcontracting request.
Before subcontracting work starts,the contractor will submit an original Form DOT LAPM 16-B according to the Standard Specifications.
• Ensure all subcontractors are:
1. Listed on the subcontractor list at the time of bid, per the Subletting and Subcontracting Fair Practice Act; OR
2. All 1 st tier subcontractors regardless of dollar value.
When an entire item is subcontracted, show the contractor's bid price.
When a portion of an item is subcontracted, describe the portion and show the percentage of the bid item and value.
• Compare line 5 to line 4. If line 5 is greater than line 4 the request can be approved.
• After approval,the resident engineer returns the original to the contractor and completes the remaining distribution as listed on the bottom of
the form.
• Labor Compliance Officer to review subcontractor licensing and registration.
• Labor Compliance Officer completes PWC-100 form on California Department of Industrial Relations site for subcontractors that were not
required to be listed at time of bid on the Subcontractor List form.
THIS FORM IS NOT TO BE USED FOR SUBSTITUTIONS OF LISTED
SUBCONTRACTORS OR DISADVANTAGED BUSINESS ENTERPRISE.
ADA Notice This document is available in alternative accessible formaAgFeWrrgW information, please contact the Forms Management Unit at(279)234-2284,
TTY 711,in writing at Forms Management Unit, 1120 N Street,MS-89,Sacramento,CA 95814,or by email at Forms.Management.Unit@dot.ca.gov.
Local Assistance Procedure Manual Exhibit 16-I
Notice of Materials to Be Used
EXHIBIT 16-I NOTICE OF MATERIALS TO BE USED
STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION ADA Notice
NOTICE OF MATERIALS TO BE USED For individuals with sensory disabilities,this document is available in alternate formats.For
alternate format information,contact the Forms Management Unit at(916)445-1233,TTY 711,or
CEM-3101(REV 09/2015) write to Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814.
Resident Engineer: Date:
Materials required for use under contract number(1):
District: County: Route: Post Miles:
will be obtained from the following sources:
Contract Contract
Bid Item Item Item Item Manufacturer/Provider Manufacturer/Provider
Number Code Description Component Name and Address Email Address
2 (3) (4) (5) (6) (6)
It is requested that the contractor arrange for sampling,testing,and inspection of materials prior to delivery in accordance with Section 6 of the Standard Specifications.It is understood that source inspection does not
relieve the prime contractor of the full responsibility for incorporating into the work,materials that comply in all respects with the contract plans and specifications,nor does it preclude the subsequent rejection of materials
found to be unsuitable.
Contractor
Address
Business Phone Business Fax E-Mail Address
Distribution:1.Lab Manager 2.Project File
Page 1 of 2
January 2018
Local Assistance Procedure Manual Exhibit 16-I
Notice of Materials to Be Used
NOTICE OF MATERIALS TO BE USED
INSTRUCTIONS TO CONTRACTOR
Section 6 of the Standard Specifications states that,'Before the preconstruction conference,submit material source information on a"Notice of Materials to Be Used form".
In order to avoid delay in approval of materials,the Department of Transportation must receive,in a timely manner,Form CEM-3101,"Notice of Materials to Be Used."When filing this form,please comply with the following
instructions:
1.The Contract Number and job limits should be the same as they appear on the special provisions.
2.The column headed"Contract Bid Item Number"refers to the sequential item number of the contract.
3.The column headed"Item Code"refers to the number for which the material is to be used.It is a six-digit number.
4.The column headed"Contract Item Description"refers to an item description of the material as described in the special provisions.
5.The column headed"Item Component"refers to the specific description of material to be used,not necessarily the name of the contract item.
For example:
Contract Contract
Bid Item Item Item Item
Number Code Description Component
O1 520101 Bar reinforcing steel Coupler(service splice)
6.The column headed"Manufacturer/Provider"refers to the manufacturer/fabricator of the item.List the name,address and e-mail address of the Manufacturer/Fabricator.Also,list the name and address of the location here
inspection will occur,if different from the Manufacturer/Fabricator.
7.Form CEM-3101,"Notice of Materials to Be Used,"must be submitted to the resident engineer(RE).The RE will email Form CEM-3101 to the materials administrator to, MaterialsAdministratorMETS@dot.ca.gov
or fax to(916)227-7084,Attn:Materials Administrator or postal mail to:Material Engineering&Testing Services,5900 Folsom Blvd.,Sacramento,CA 95819,MS-5.
If the sources of materials are not known at the beginning of a contract,submit a Form CEM-3101,"Notice of Materials to Be Used,"for a given bid item as soon as a provider is known.Multiple submittals may be necessary.
Resubmit a Form CEM-3101,"Notice of Materials to be Used,"for all changes or revisions.
When placing orders for materials that require inspection prior to shipment,be sure to indicate on your request form that state inspection is required before shipment.
Page 2 of 2
January 2018
CLEAR FORM
FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTORS ANNUAL EEO REPORT
1. MARK APPROPRIATE BLOCK 2.COMPANY NAME,CITY,STATE: 3.PROJECT NUMBER: 4.DOLLAR AMOUNT OF CONTRACT: 5. PROJECT LOCATION: (County and State)
❑Contractor
❑Subcontractor
This collection of information is required by law and regulation 23 U.S.C.140a and 23 CFR Part 230.The OMB control number for this collection is 2125-0019 expiring in March 2025.
6.WORKFORCE ON FEDERAL-AID AND CONSTRUCTION SITES DURING LAST FULL PAY PERIOD ENDING IN JULY 20 INSERT YEAR
TABLE A 11 TABLE
BLACK or NATIVE AMERICAN WHITE/NON-
TOTAL TOTAL RACIAL/ WHITE/HISPANIC HAWAIIAN OR TWO OR MORE ON THE JOB
JOB CATEGORIES EMPLOYED ETHNIC MINORITY AFRICAN OR LATINO INDIAN OR ASIAN OTHER PACIFIC RACES HISPANIC OR APPRENTICES TRAINEES
AMERICAN ALASKA NATIVE ISLANDER LATINO
M F M F M F M F M F M F M F M F M F M F M F
OFFICIALS 0 0 0 0
SUPERVISORS 0 0 0 1 0
FOREMEN/WOMEN 0 0 0 0
CLERICAL 0 0 0 0
EQUIPMENT OPERATORS 0 0 0 0
MECHANICS 0 0 0 0
TRUCK DRIVERS 0 0 0 0
IRONWORKERS 0 0 0 0
CARPENTERS 0 0 0 0
CEMENT MASONS 0 0 0 0
ELECTRICIANS 0 0 0 0
PIPEFITTER/PLUMBERS 0 0 0 0
PAINTERS 0 0 0 0
LABORERS-SEMI SKILLED 0 0 0 0
LABORERS-UNSKILLED 0 0 0 0
TOTAL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0
TABLE C(Table B data by racial status)
APPRENTICES 0 0 0 0
OJT TRAINEES 1 0 0 1 0 0
8.PREPARED BY: 9.DATE 10.REVIEWED BY: 11.DATE
(Signature and Title of Contractors Representative) (Signature and Title of State Highway Official)
Form FHWA-1391(Rev.06-22) PREVIOUS EDITIONS ARE OBSOLETE
Local Assistance Procedures Manual Exhibit 16-Z1
Monthly DBE Trucking Verification
State of California-Department of Transportation
Exhibit 16-Z1 Monthly DBE Trucking Verification
Contract No. Month Year
Truck Owner DBE Company Truck No. California Commission of Date Lease Arrangement
Cert No. Name and Address Highway Patrol Amount Of Paid (if applicable)
CA.No. Amount Paid*
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
Total Amount $
Paid
Prime Contractor Business Address Business Phone No.
*Upon Request all Lease Agreements Shall be made available,in accordance with the special Provisions
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
Contractor Representative Signature Title Date
Page 1 of 2
January 2018
Local Assistance Procedures Manual Exhibit 16-Z1
Monthly DBE Trucking Verification
MONTHLY DBE TRUCKING VERIFFICATION
The top of Form CEM-2404(F) contains boxes to put in the Contract Number,the Month of the reporting period and the Year of the
reporting period.
The Form CEM-2404(F) has a column to enter the name of the Truck Owner, the DBE Cert. No. (if DBE certified) and the Name and Address
of the trucking company.The Form CEM-2404(F) also requires the Truck No. and the California Highway Patrol CA No.
Form CEM-2404(F) is to be submitted prior to the 15th of each month and must show the dollar amount paid to the DBE trucking
company(s) for trucking work performed by DBE certified trucks and for any fees or commissions of non DBE trucks utilized each month on
the project. The amount paid to each trucking company is to be entered in the column called"Commission or Amount Paid," in accordance
with the Special Provisions Section 5-1.X.
Payment information is derived using the following:
1.) 100% for the trucking services provided by the DBE using trucks it owns,operates and insures.
2.) 100% for the trucking services provided by the trucks leased from other DBE firms.
3.) The fee or commission paid to non DBEs for the lease of trucks.The Prime does not receive 100% credit for these services
because they are not provided by a DBE company.
The total dollar figure of this column is to be placed in the box labeled"Total Amount Paid." The column"Date Paid" requires a date that
each trucking company is paid for services rendered. The next column contains information that must be completed if a lease arrangement is
applicable. Located at the bottom of the form is a space to put the name of the"Prime Contractor," their"Business Address" and their
"Business Phone No."
At the bottom of the form there is a space for the Contractor or designee"Contractor Representative's Signature,Title and Date" certifying
that the information provided on the form is complete and correct.
Page 2 of 2
January 2018
Local Assistance Procedures Manual Exhibit 17-F
Final Report-Utilization of Disadvantaged Business Enterprises (DBE)and First-Tier Subcontractors
Exhibit 17-F: Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors
1.Local Agency Contract Number 2.Federal-Aid Project Number 3. Local Agency 4.Contract Acceptance Date
5.Contractor/Consultant 6.Business Address 7.Final Contract Amount
8.Contract 11.DBE 12.Contract Payments 13.Date 14.Date of
Item
9.Description of Work,Service,or 10.Company Name and
Certification Work Final
Number Materials Supplied Business Address Number Non-DBE DBE Completed Payment
15.ORIGINAL DBE COMMITMENT AMOUNT $ 16.TOTAL
List all first-tier subcontractors/subconsultants and DBEs regardless of tier whether or not the firms were originally listed for goal credit.If actual DBE utilization(or item of work)was different than that approved at the time of
award,provide comments on an additional page.List actual amount paid to each entity.If no subcontractors/subconsultants were used on the contract,indicate on the form.
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
_[ —
17.Contractor/Consultant Representative's Signature 18.Contractor/Consultant Representative's Name 19.Phone 20.Date
I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S)HAVE BEEN MONITORED
21.Local Agency Representative's Signature 22.Local Agency Representative's Name 23.Phone 24.Date
DISTRIBUTION: Original—Local Agency,Copy—Caltrans District Local Assistance Engineer.Include with Final Report of Expenditures
Page 1 of 2
January 2023
Local Assistance Procedures Manual Exhibit 17-F
Final Report-Utilization of Disadvantaged Business Enterprises (DBE)
and First-Tier Subcontractors
INSTRUCTIONS— FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND
FIRST-TIER SUBCONTRACTORS
1. Local Agency Contract Number- Enter the Local Agency contract number or identifier.
2. Federal-Aid Project Number- Enter the Federal-Aid Project Number.
3. Local Agency - Enter the name of the local or regional agency that is funding the contract.
4. Contract Acceptance Date - Enter the date the contract was accepted by the Local Agency.
5. Contractor/Consultant - Enter the contractor/consultant's firm name.
6. Business Address - Enter the contractor/consultant's business address.
7. Final Contract Amount - Enter the total final amount for the contract.
8. Contract Item Number- Enter contract item for work, services, or materials supplied provided. Not
applicable for consultant contracts.
9. Description of Work, Services, or Materials Supplied - Enter description of work, services, or
materials provided. Indicate all work to be performed by DBEs including work performed by the prime
contractor/consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or
furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM
Chapter 9 to determine how to count the participation of DBE firms.
10. Company Name and Business Address - Enter the name, address, and phone number of all
subcontracted contractors/consultants. Also, enter the prime contractor/consultant's name and phone
number, if the prime is a DBE.
11. DBE Certification Number- Enter the DBE's Certification Identification Number. Leave blank if
subcontractor is not a DBE.
12. Contract Payments - Enter the subcontracted dollar amount of the work performed or service
provided. Include the prime contractor/consultant if the prime is a DBE. If the materials or supplies are
obtained from a DBE manufacturer, count 100% of the cost of the materials or supplies toward DBE goals.
If the materials or supplies are purchased from a DBE regular dealer/supplier, count 60% of the cost of the
materials or supplies toward DBE goals. The Non-DBE column is used to enter the dollar value of work
performed by firms that are not certified DBE or for work after a DBE becomes decertified.
13. Date Work Completed - Enter the date the subcontractor/subconsultant's item work was completed.
14. Date of Final Payment- Enter the date when the prime contractor/consultant made the final payment
to the subcontractor/subconsultant for the portion of work listed as being completed.
15. Original DBE Commitment Amount - Enter the "Total Claimed DBE Participation Dollars"from
Exhibits 15-G or 10-02 for the contract.
16. Total - Enter the sum of the "Contract Payments" Non-DBE and DBE columns.
17. Contractor/Consultant Representative's Signature -The person completing the form on behalf of the
contractor/consultant's firm must sign their name.
18. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing
the form.
19. Phone - Enter the area code and telephone number of the person signing the form.
20. Date - Enter the date the form is signed by the contractor's preparer.
21. Local Agency Representative's Signature -A Local Agency Representative must sign their name to
certify that the contracting records and on-site performance of the DBE(s) has been monitored.
22. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing
the form.
23. Phone - Enter the area code and telephone number of the person signing the form.
24. Date - Enter the date the form is signed by the Local Agency Representative.
Page 2 of 2
January 2023
Local Assistance Procedures Manual Exhibit 17-0
Disadvantaged Business Enterprises(DBE)Certification Status Change
EXHIBIT 17-0 DISADVANTAGED BUSINESS ENTERPRISES(DBE)CERTIFICATION STATUS CHANGE
1.Local Agency Contract Number 2. Federal-Aid Project Number 3.Local Agency 4.Contract Completion Date
5.Contractor/Consultant 6. Business Address 7.Final Contract Amount
8.Contract 10. DBE 12.Certification/
Item 9. DBE Contact Information Certification 11.Amount Paid Decertification 13.Comments
Number Number While Certified Date
Letter Attached
If there were no changes in the DBE certification of subcontractors/subconsultants,indicate on the form.
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
14.Contractor/Consultant Representative's Signature 15.Contractor/Consultant Representative's Name 16. Phone 17. Date
I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S)HAS BEEN MONITORED
18. Local Agency Representative's Signature 19.Local Agency Representative's Name 20. Phone 21. Date
DISTRIBUTION: Original—Local Agency,Copy—Caltrans District Local Assistance Engineer.Include with Final Report of Expenditures
ADA NOTICE: For individuals with sensory disabilities,this document is available in alternate formats.For information,call(916)445-1233,Local Assistance Procedures Manual TTY 711,or write to Records and Forms
Management,1120 N Street,MS-89,Sacramento,CA 95814.
Page 1 of 2
July 23,2015
Local Assistance Procedures Manual Exhibit 17-0
Disadvantaged Business Enterprises(DBE)Certification Status Change
INSTRUCTIONS—DISADVANTAGED BUSINESS ENTERPRISES (DBE)
CERTIFICATION STATUS CHANGE
1. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
2. Federal-Aid Project Number-Enter the Federal-Aid Project Number.
3. Local Agency-Enter the name of the local or regional agency that is funding the contract.
4. Contract Completion Date -Enter the date the contract was completed.
5. Contractor/Consultant-Enter the contractor/consultant's firm name.
6. Business Address -Enter the contractor/consultant's business address.
7. Final Contract Amount- Enter the total final amount for the contract.
8. Contract Item Number-Enter contract item for work, services, or materials supplied provided. Not
applicable for consultant contracts.
9.DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted
contractors/consultants.
10. DBE Certification Number - Enter the DBE's Certification Identification Number.
11.Amount Paid While Certified - Enter the actual dollar value of the work performed by those
subcontractors/subconsultants during the time period they are certified as a DBE.
12. Certification/Decertification Date (Letter Attached) - Enter either the date of the Decertification Letter
sent out by the Office of Business and Economic Opportunity(OBEO) or the date of the Certification
Certificate mailed out by OBEO.
13. Comments - If needed,provide any additional information in this section regarding any of the above
certification status changes.
14. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the
contractor/consultant's firm must sign their name.
15. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the
form.
16. Phone - Enter the area code and telephone number of the person signing the form.
17.Date - Enter the date the form is signed by the contractor's preparer.
18. Local Agency Representative's Signature - A Local Agency Representative must sign their name to
certify
that the contracting records and on-site performance of the DBE(s)has been monitored.
19. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the
form.
20. Phone -Enter the area code and telephone number of the person signing the form.
21. Date - Enter the date the form is signed by the Local Agency Representative.
Page 2 of 2
July 23,2015
Project Details
Contract Number 25-03-C
LOCATION :�r. W;O N STREETS MAP, T=Lu�
W ASHCALu
W E —7
>yw z W SHIELDS AVE
z 0 Q
t ° z Y a
� . Lu je
W MCKINLEY�AVE p =
z }
J
W�BELMONT AVE R z z W BELMONT AVE ZI
w - -a
'a a F_
Z 18
W W KEARNEY BLVD
z Q Q
z� z+1 Q` U) N0.
z Lu
uj �x Z z W JENSEN AVE z
QL Y O
U
w Z; N p W NORTH AVE
Q� Ir
V O FRESNO COUNTY MAP
z PROJECT LOCATION z
- 2 5
W WHITES;BRIDGE
a 1 0
z �pQ == o a
W,
a 4
SUPERVISOR'S
W KEARNEY BLVD DISTRICT#1
Sou'r'ce: i Esr, Maxar,GeoEye, Earthstar Geographic ,CNES/Airbu
USDA, USES,AeroGRID, IGN,hand the GIS User Community
DATE: SCALE: CoU DEPARTMENT OF PUBLIC WORKS & PLANNING
DESIGNED: C.M. 01/07/2025 Miles y HOUGHTON CANALAT N CHATEAU FRESNO
DRAWN: C.M. 01/07/2025 0 0.25 0.5 0� 56 p AVENUE BRIDGE REPLACEMENT PROJECT
CHECKED: ES� CONTRACT NUMBER 25-03-C
96"
18"
4" TYP TYP, EA
3/8" HOLE 61177
TYP, EA----'+ 8 1/2"
CO
U� Your Tax Dollars
24" A T WORK
o Il°g� o
411
- FREE
o �
PROJECT FUNDED BY: 21/2"
411
FEDERAL HIGHWAY TRUST FUND 3" TYP
611 BE WDRK ZONE ALERT SM
s1'
SEE DRAWING SHT. 02 FOR OTHER DETAILS
DATE: SCALE: NONE �, coU DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: J.H.
CONSTRUCTION PROJECT
DRAWING NO. 01 '
DRAWN: S.P. O � o FUNDING SIGN
CHECKED: N/A IFRESH
NOTES:
1. THE LEGEND OF SIGN SHALL BE BLACK ON A WHITE BACKGROUND (NON-REFLECTIVE)
2. THE BORDER OF THE SIGN SHALL BE BLUE (NON-REFLECTIVE)
3. PROJECT FUNDING SIGNS SHALL CONFORM TO SECTION 82 OF THE 2015
CALTRANS STANDARD SPECIFICATIONS
4. THE LINES INDICATING FUNDING SOURCES SHALL BE ON SEPARATE REMOVABLE PLATES
WITH 1/4" HOLE AT EACH END OF PLATE FOR MOUNTING.
Highway Blue
„ Your ax Dollars
2
F 2„
F A T ORK314
R � 4„
Standard County Seal
\--The Department's Design Division will provide an adhesive
backed copy to be located as shown on the drawing.
DATE: SCALE: NONE �, coU DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: J.H.
CONSTRUCTION PROJECT
DRAWING NO. 02 '
DRAWN: S.P. � o FUNDING SIGN
CHECKED: N/A FRESH
36"
4» ROAD WORD
FROV XX/XX/XX
4" 36"
TO XX/XX/XX
i t EXPECT DELAYS
4"
BLACK 1 . LETTERS SHALL BE BLACK, STYLE SHALL BE HIGHWAY "B"
2. BACKGROUND SHALL BE ORANGE
3. SIGN PANEL SHALL CONFORM TO SECTION 12 OF THE
STATE STANDARD SPECIFICATIONS
DATE c0U DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED J.L. 12114 SCALE NONE
DRAWN J.M. 02115 ADVANCE NOTIFICATION SIGN
CHECKED J.L. 02115
PRES
NOTE:
1. CRASH CUSHION SCHEMATIC IS FOR VISUAL REFERENCE ONLY.REFER TO
MANUFACTURER SPECIFICATIONS FOR CRASH CUSHION UNIT TECHNICAL
DETAILS.
2. SEE STANDARD SPECIAL PROVISIONS SECTION 83-4.01 C FOR ADDITIONAL
DETAILS.
WIRE ROPE THIIMBLE
EYEBOLT 3X WIRE ROPE CLIPS
BACKUP WASHER
2X JAM NUTS
SECTION A - A CLIP AND THIMBLE DETAIL
Q
O
TOPVIEW 1/4"WIRE ROPE
DATE: NOT TO SCALE co DEPARTMENT
DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: TL 04/25
DRAWN: TL 04/25 0 14,
; o CRASH CUSHION CARTRIDGE CABLE
RESTRAINT DETAIL
CHECK: JH 04/25 FR�S�
TEST HOLE DATA REPORT
TEST HOLE NO: PH-01 ��l♦12umity
CLIENT TEST HOLE NO: PH-01
TEST HOLE DATE: 4/14/2023 \\`` gmeers SUE CREW/TRUCK NO: SA/LC/550603
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE N/O CANAL
www72ue.com
MAP SITE PHOTO-FACING NORTH
i�eeR -
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING EAST
REFERENCE MARKER
71
EL. F4
00
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE GAS MAIN/PIPELINE LOCATION CENTER OF UTILITY
UTILITY MATERIAL METALLIC(IRON, MARKED BY NAIL&DISK
STEEL,COATED)
UTILITY DIRECTION NORTHEAST- STATION
SOUTHWEST
UTILITY WIDTH(FIELD) 24.00" OFFSET
UTILITY WIDTH(RECORD) - OFFSET FROM
APPARENT UTILITY OWNER PG&E SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A E.OF YELLOW LINE 9.60'
TOP OF UTILITY 4.84' B 90 DEG N OF TEL POLE 31.00'
BOTTOM OF UTILITY 6.84' C -
ELEVATION OF UTILITY
TOP OF UTILITY -
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE ASPHALT
THICKNESS 5.00"
REMARKS
MET WITH PG&E REP AND OPENED HOLE AT ANGLE POINT WHERE GASLINE CHANGES
DIRECTIONS FROM SOUTH TO WEST.IT IS NOT A SHARP 90 DEGREE TURN BUT A SWEEP.
12"AB BENEATH AC.
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-02 ��l♦12umity
CLIENT TEST HOLE NO: PH-02
TEST HOLE DATE: 4/14/2023 \\`` gmeers SUE CREW/TRUCK NO: SA/LC/550603
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE N/O CANAL
www72ue.com
MAP SITE PHOTO-FACING NORTH
F 17,
B iT
rli
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NE
REFERENCE MARKER
EL.
o '
f'V
l!1
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE GAS MAIN/PIPELINE LOCATION CENTER OF UTILITY
UTILITY MATERIAL METALLIC(IRON, MARKED BY NAIL&CAP
STEEL,COATED)
UTILITY DIRECTION NORTHEAST- STATION
SOUTHWEST
UTILITY WIDTH(FIELD) 24.00" OFFSET
UTILITY WIDTH(RECORD) - OFFSET FROM
APPARENT UTILITY OWNER PG&E SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A 90 DEG N.OF TEL POLE 29.30'
TOP OF UTILITY 5.20' B W.OF YELLOW LINE 20.10'
BOTTOM OF UTILITY 7.20' C -
ELEVATION OF UTILITY
TOP OF UTILITY -
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
MET WITH PG&E REP AND OPENED HOLE AT ANGLE POINT WHERE GASLINE CHANGES
DIRECTIONS FROM WEST TO SOUTH AND STARTING TO DESEND TOWARDS CANAL.
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-03 12umity CLIENT TEST HOLE NO: PH-03
TEST HOLE DATE: 4/14/2023 \\` gineers SUE CREW/TRUCK NO: SA/LC/550603
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE S/O CANAL
www.T2ue.com
MAP SITE PHOTO-FACING NORTH
f� A
at
/ ` I _
L Aftm&J
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
REFERENCE MARKER
EL. 7,
CD
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE GAS MAIN/PIPELINE LOCATION CENTER OF UTILITY
UTILITY MATERIAL METALLIC(IRON, MARKED BY NAIL&CAP
STEEL,COATED)
UTILITY DIRECTION SOUTHEAST- STATION
NORTHWEST
UTILITY WIDTH(FIELD) 24.00" OFFSET
UTILITY WIDTH(RECORD) - OFFSET FROM
APPARENT UTILITY OWNER PG&E SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A 90 DEG S OF P/P 16.10,
TOP OF UTILITY 4.70' B W.OF YELLOW LINE 20.40'
BOTTOM OF UTILITY 6.70' C -
ELEVATION OF UTILITY
TOP OF UTILITY -
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
MET WITH PG&E REP AND OPENED HOLE AT ANGLE POINT WHERE GASLINE CHANGES
DIRECTIONS FROM SOUTH TO EAST.ENCOUNTERED A LOT OF DEBRIS IN THIS HOLE
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-04 ��l♦12umity
CLIENT TEST HOLE NO: PH-04
TEST HOLE DATE: 4/14/2023 \\`` gmeers SUE CREW/TRUCK NO: SA/LC/550603
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE S/O CANAL
www72ue.com
MAP SITE PHOTO-FACING NORTH
«`
0-
e ^ �,
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NE
REFERENCE MARKER
EL.
0
00
r
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE GAS MAIN/PIPELINE LOCATION CENTER OF UTILITY
UTILITY MATERIAL METALLIC(IRON, MARKED BY NAIL&DISK
STEEL,COATED)
UTILITY DIRECTION SOUTHEAST- STATION
NORTHWEST
UTILITY WIDTH(FIELD) 24.00" OFFSET
UTILITY WIDTH(RECORD) - OFFSET FROM
APPARENT UTILITY OWNER PG&E SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A 90 DEG S OF P/P 17.10'
TOP OF UTILITY 4.80' B E.OF YELLOW LINE 8.90'
BOTTOM OF UTILITY 6.80' C -
ELEVATION OF UTILITY
TOP OF UTILITY -
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE ASPHALT
THICKNESS 8.00"
REMARKS
MET WITH PG&E REP AND OPENED HOLE AT ANGLE POINT WHERE GASLINE CHANGES
DIRECTIONS FROM EAST TO SOUTH.12"AB BENEATH AC.
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-05 ��� T2 utmty CLIENT TEST HOLE NO: PH-05
TEST HOLE DATE: 4/18/2023 \\`. engineers SUE CREW/TRUCK NO: LC/EC/616
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE N/O CANAL
www.72ue.com
MAP SITE PHOTO-FACING NE
- ,
t _ of
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NE
REFERENCE MARKER
EL. 7, -
w
O
f'V
O
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE FIBER OPTIC LOCATION CENTER OF UTILITY
UTILITY MATERIAL PLASTIC(PVC,PE, MARKED BY ROD&CAP
HDPE)
UTILITY DIRECTION NORTH-SOUTH STATION
UTILITY WIDTH(FIELD) OFFSET
UTILITY WIDTH(RECORD) OFFSET FROM
APPARENT UTILITY OWNER SEBASTIAN SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A N.OF THE RIVERBED 10.00'
TOP OF UTILITY 10.20' B S.OF P/P 47.40'
BOTTOM OF UTILITY - C E.OF C/L 14.50'
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
TRACED OUT FIBER OPTIC LINES WHERE THEY CROSS THE CANAL,WE THEN OPENED
FIRST HOLE TO THE NORTH OF THE CANAL AND FOUND THE TARGET UTILITY.LOOKS LIKE
MULTIPLE 2"DUCTS
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-06 ���♦T2 utiiitY CLIENT TEST HOLE NO: PH-06
TEST HOLE DATE: 4/18/2023 \\`. engineers SUE CREW/TRUCK NO: LC/EC/616
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 CHATEAU FRESNO AVE S/O CANAL
TEL:714.487.5780
w .T2ue.com
MAP SITE PHOTO-FACING NE
I
Y..vo B l J
ti
a�
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING EAST
REFERENCE MARKER
EL. 7,
r
t\
0
l0
c-I I v
a ,
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE FIBER OPTIC LOCATION CENTER OF UTILITY
UTILITY MATERIAL PLASTIC(PVC,PE, MARKED BY ROD&CAP
HDPE)
UTILITY DIRECTION NORTH-SOUTH STATION
UTILITY WIDTH(FIELD) OFFSET
UTILITY WIDTH(RECORD) OFFSET FROM
APPARENT UTILITY OWNER SEBASTIAN SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A S.EDGE OF CANAL 13.60'
TOP OF UTILITY 10.60' B W.OF C/L 13.60'
BOTTOM OF UTILITY - C N.OF P/P 89.00'
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
OPENED 2ND HOLE JUST SOUTH OF THE CANAL AND ENCOUNTERED GROUND WATER.
CALLED RICHARD AND WERE INSTRUCTED TO MOVE HOLE 5FT SO.WHERE WE FOUND
THE F/O DUCT BANK
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-07 w 2 utility CLIENT TEST HOLE NO: PH-07
TEST HOLE DATE: 4/18/2023 \\`` engineers SUE CREW/TRUCK NO: LC/EC/616
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE S/O CANAL
www.T2ue.com
MAP SITE PHOTO-FACING NE
bill
AV
Al
y CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NW
REFERENCE MARKER
EL.
VlLF
.�
C4 i
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE IRRIGATION LOCATION CENTER OF UTILITY
UTILITY MATERIAL CONCRETE MARKED BY ROD&CAP
UTILITY DIRECTION NORTH-SOUTH STATION
UTILITY WIDTH(FIELD) OFFSET
UTILITY WIDTH(RECORD) OFFSET FROM
APPARENT UTILITY OWNER UNKNOWN SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A E.OF C/L 47.11'
TOP OF UTILITY 2.50' B S.OF CANAL 48.11'
BOTTOM OF UTILITY - C SW OF IRR BOX 22.00'
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
TRACED OUT EXISTING IRRIGATION LINE FROM THE BOX USING SONDE TRANSMITTER
AND OPENED FIRST HOLE AT LOCATION DETERMINED BY CLIENT.WE COULD NOT
UNCOVER THE ENTIRE PIPE UNLESS WE OPENED ANOTHER HOLE.
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-07A ��� T2 utmty CLIENT TEST HOLE NO: PH-07A
TEST HOLE DATE: 4/18/2023 \\`. engineers SUE CREW/TRUCK NO: LC/EC/
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE S/O CANAL
www.72ue.com
MAP SITE PHOTO-FACING NORTH
All
-
r
'Z.. _
M _y'
L --
r
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING WEST
REFERENCE MARKER +;
EL.
O
m .4
i
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE IRRIGATION LOCATION CENTER OF UTILITY
UTILITY MATERIAL PLASTIC(PVC,PE, MARKED BY ROD&CAP
HDPE)
UTILITY DIRECTION NORTH-SOUTH STATION
UTILITY WIDTH(FIELD) 24.00" OFFSET
UTILITY WIDTH(RECORD) - OFFSET FROM
APPARENT UTILITY OWNER UNKNOWN SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A E.OF C/L 43.00'
TOP OF UTILITY 3.10' B SW.OF IRR BOX 56.80'
BOTTOM OF UTILITY - C -
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
OPEMED SECOND HOLE AT LOCATION DETERMINED BY CLIENT.COULD NOT UNCOVER
THE ENTIRE PIPE
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
TEST HOLE DATA REPORT
TEST HOLE NO: PH-07B ��� T2 utmty CLIENT TEST HOLE NO: PH-07B
TEST HOLE DATE: 4/18/2023 \\`. engineers SUE CREW/TRUCK NO: EC/LC/616
PROJECT NO: CA17300106 CITY,COUNTY: FRESNO/FRESNO
CLIENT: COUNTY OF FRESNO LOCATION/INTERSECTION:
PROJECT: HOUGHTON CANAL 5622 Research Drive Suite A
BRIDGE PROJECT Huntington Beach,California 92649 TEL:714.487.5780 CHATEAU FRESNO AVE S/O CANAL
www.72ue.com
MAP SITE PHOTO-FACING NW
a ,1,"
/, �*
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NW
REFERENCE MARKER ?�
EL. 71i
t
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTIOI REFERENCE MARKER
UTILITY TYPE IRRIGATION LOCATION CENTER OF UTILITY
UTILITY MATERIAL PLASTIC(PVC,PE, MARKED BY ROD&CAP
HDPE)
UTILITY DIRECTION NORTH-SOUTH STATION
UTILITY WIDTH(FIELD) 24.00" OFFSET
UTILITY WIDTH(RECORD) - OFFSET FROM
APPARENT UTILITY OWNER UNKNOWN SWING TIES FROM STRUCTURE APPROX DISTANCE
DEPTH FROM REFERENCE MARKER A East of centerline 43.50'
TOP OF UTILITY 3.30' B SW.OF IRR BOX 98.00'
BOTTOM OF UTILITY - C -
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS
REMARKS
OPENED THIRD POTHOLE FOR IRRIGATION LINE AT LOCATION DETERMINED BY CLIENT.
REVISION NOTES:
REVIEWED DATE: 4/25/2023 CHECKED DATE: 4/25/2023 REVISION DATE:
REVIEWED BY: RH CHECKED BY: RH
i
FREE RECORDING IN ACCORDANCE
WITH CALIFORNIA GOVERNMENT
CODE SECTIONS 6103 AND 27383
Documentary Transfer Tax--$0.00
RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
FOR THE BENEFIT OF
FRESNO IRRIGATION DISTRICT
2907 SOUTH MAPLE AVENUE Recording Information
FRESNO CA 93725-2218
BRIDGE ENCROACHMENT
AGREEMENT
LOCATION: S/E Belmont and Chateau Fresno avenues
PROJECT: Chateau Fresno Bridge
CANAL: Houghton No. 78
THIS AGREEMENT, made and entered into this day of s 20_, by
County of Fresno, a California municipal corporation, hereafter referred to as COUNTY,
and the FRESNO IRRIGATION DISTRICT, a California irrigation district, hereinafter
referred to as DISTRICT.
The above-referenced parties acknowledge and understand that the California
Water Code section 22438 provides:
22438. (a) A district which is the owner of an easement for an open canal or other water
conveyance facility for the transportation of water across lands not owned by
the district, other than an easement evidenced by a written grant or judgment
providing a legal description of the easement, has a secondary easement on
each side of the open canal or other water conveyance facility for the
maintenance, repair, cleaning, operation, and control of the open canal or
other water conveyance facility and other use as may reasonably be required
by the district in exercising those rights and in the maintenance, repair,
cleaning, and operation of that easement and open canal or other water
conveyance facility with equipment owned by, or available to, the district for
that use at the time the rights are exercised. The duration of the secondary
easement shall be for as long as the district, or its successors or assigns,
continues to own the open canal or other water conveyance facility easement
regardless of what use has or has not been made of the secondary easement.
(b) The owner or any lessee of the land upon which a secondary easement is
located may use the surface of the land upon which the secondary easement
2023-D078-MJ2016-024-02 I
i
is located for his or her own purposes to the extent that use does not
unreasonably interfere with the district's ownership or use of the secondary
easement or the open canal or other water conveyance facility easement.
Any encroachment or obstruction placed or permitted upon the secondary
easement by the owner or any lessee of the land, which unreasonably
interferes with the secondary easement or the open canal or other water
conveyance facility easement, may be removed by the district at the owner's
or lessee's expense, or by legal action filed by the district.
(c) This section shall not be construed to limit the right of a district or of any
person to acquire any easement by prescription or condemnation or to enter
into a written agreement concerning an easement or secondary easement
upon terms agreed to by the parties.
The above-referenced parties acknowledge and understand that the
California Water Code section 7034 provides:
(a) California Water Code section 7034 makes bridge, culvert and pipe crossings
under highways "the sole responsibility of the county, so far as the
maintenance, repair, improvement ......reconstruction or replacement of such
bridges and conduits are concerned. If any such county highways become
state highways, the State shall succeed to the foregoing obligations of the
county." Likewise, if the County road becomes a COUNTY street, then the
same logic applies, 7034 makes the bridge, culvert and pipe crossings the
responsibility of the COUNTY.
The above-referenced parties acknowledge and understand that the
California Water Code section 7030 provides:
"Conduit" as any facilities, including culverts, ditches, bridges, flumes,
pipelines, etc.
The above-referenced parties acknowledge and understand that the
California Water Code section 7031.5 provides:
Defines bridges just as generally.
The above-referenced parties acknowledge and understand that the
California Water Code section 7035 provides:
Whenever any conduit for conducting water crosses a highway and no
written records exist showing that the highway rights-of-way existed prior to the conduit
rights-of-way, it shall be conclusively presumed that the conduit was in place and lawfully
maintained prior to the highway and such conduit shall be repaired, improved for the
benefit of the public agency having jurisdiction over such highway, and replaced, if
necessary, by the public agency having jurisdiction over such highway, provided that
2023-D078-MJ2016-024-02 2
i
usual acts of maintenance of the conduit, such as cleaning the conduit of dirt or silt, shall
be performed by and at the expense of the person using the conduit.
The parties likewise acknowledge and agree that the District's Houghton
No. 78 Canal runs in through of the COUNTY's property as described in Exhibits A & B
attached hereto), being a canal and situation to which § 22438 of the Water Code applies,
inasmuch as the District has acquired its ownership of the Houghton Canal and its
secondary rights thereto under historic and longstanding uses, prescriptive and
otherwise. The parties acknowledge and agree that the District's historic and longstanding
rights of easement as well as its statutory "secondary rights" cited above are not being
diminished by this AGREEMENT but are being added to and in some cases clarified
hereby.
WITNESSETH
WHEREAS, COUNTY is the owner of that certain real property
(PROPERTY) located in the County of Fresno, State of California, and more particularly
described as follows:
(Insert Legal Description)
WHEREAS, DISTRICT, as successor-in-interest to the Fresno Canal and
Irrigation Company, is the owner of an easement and right-of-way for its Houghton Canal
No. 78 (the "CANAL") under the terms of that certain deed from the Fresno Canal and
Irrigation Company dated
of the Official Records of Fresno County, and;
WHEREAS, DISTRICT owns a Canal, Easement, and right-of-way over and
through said real property for the use, operation, and maintenance of an open irrigation
canal known as the Houghton No. 78 Canal (the "Canal" or "CANAL"), and;
WHEREAS, COUNTY desires to encroach into DISTRICT's CANAL,
EASEMENT, and right-of-way to install, construct, use, and maintain a Free span / Dual
Bay concrete box culvert (ENCROACHMENTS) as shown on EXHIBIT "B", attached
hereto including facilities and structures required to properly operate and maintain
(ENCROACHMENTS), and;
WHEREAS, COUNTY is responsible for the ownership, structural integrity,
repair, maintenance, improvement, reconstruction, replacement, modification or
alteration of a box culvert under said Water Code sections, save and except for the
DISTRICT's obligation to keep the bridge's water conduits/culverts/bays cleaned of "dirt
or silt" as also required by said Water Code sections, and;
WHEREAS, The parties desire to clarify their respective rights and
obligations with respect to the PROPERTY and the ENCROACHMENT, and;
2023-D078-MJ2016-024-02 3
i
WHEREAS, DISTRICT is willing to consent to the ENCROACHMENTS
under the terms and conditions herein specified while incorporating the recitals herein by
reference:
AGREEMENT
I
DISTRICT hereby grants to COUNTY permission to install, construct,
repair, improve, reconstruct, replace, modify, alter, use, and/or maintain the
ENCROACHMENTS within the CANAL, EASEMENT, and right-of-way at COUNTY'S
sole cost, expense and risk, subject to the paramount right of to the full and beneficial use
and enjoyment of the CANAL, EASEMENT, and right-of-way and protection of the
CANAL, so as long as said use by the COUNTY does not interfere in any way with the
use of said CANAL, EASEMENT, and right-of-way by DISTRICT for the purposes for
which said EASEMENT is granted or enjoyed, and, provided further that COUNTY shall
not build or construct any building or other permanent structure on or plant any vegetative
materials within or access said CANAL without written permission and consent of
DISTRICT, which permission may be withdrawn at any time by the DISTRICT if
COUNTY's activities or improvements interfere with the DISTRICT's CANAL. DISTRICT
shall have the right, without notice, and at COUNTYS expense, to modify any of
COUNTYS surface uses and/or to remove any structures, fences, or vegetative materials
or other encroachments from said CANAL which interfere at any time with the purpose or
use of said CANAL and/or right-of-way from time to time as determined by the DISTRICT.
COUNTY shall provide for DISTRICT's unrestricted access to its CANAL, EASEMENT,
and right-of-way at all-times. DISTRICT does not by this agreement agree to any third-
party utility or other third-party uses within the ENCROACHMENT which COUNTY shall
make use of the land, and, furthermore, neither COUNTY nor any third party shall make
any other use of the ENCROACHMENT without the expressed advanced written consent
first had and obtained from DISTRICT.
11
COUNTY shall comply with all local codes and ordinances regarding the
installation and use of the ENCROACHMENTS. COUNTY also agrees to reimburse
DISTRICT for its reasonable attorney's fees, engineering costs and other expenses
incurred in connection with this AGREEMENT and COUNTY'S exercise of rights
hereunder.
III
COUNTY agrees to indemnify, defend and hold DISTRICT and its officers,
employees, directors and agents, harmless from, and hereby expressly waives any claim
or cause of action against DISTRICT and its officers, employees, directors and agents
for, any damage caused by DISTRICT or anyone to the ENCROACHMENTS, or to any
other real or personal property wherever situated, due to DISTRICT'S maintenance,
repair or replacement of the CANAL as may be deemed necessary by DISTRICT.
DISTRICT shall have the right to remove any portion or all of the ENCROACHMENTS at
any time, without obligation to repair or replace the ENCROACHMENTS, and without any
2023-D078-MJ2016-024-02 4
i
obligation to compensate COUNTY for any expense it incurs in repairing or replacing the
ENCROACHMENTS after DISTRICT'S CANAL repair or replacement activities. If, in the
exercise of DISTRICT'S sole discretion, DISTRICT determines that the
ENCROACHMENTS interferes with the maintenance, replacement or repair of the
CANAL, COUNTY shall remove the ENCROACHMENTS upon demand by DISTRICT, at
COUNTY'S sole and exclusive expense.
IV
COUNTY agrees to indemnify, defend and hold DISTRICT and its officers,
employees, directors and agents, harmless from any liability, responsibility, loss, cost,
damage, attorney's fees, cost of expert witnesses and court costs, compensatory,
consequential and incidental damages resulting directly or indirectly from the exercise of
COUNTY'S rights under this AGREEMENT, or COUNTY's construction, uses or presence
of the ENCROACHMENTS or any other activity of COUNTY within the DISTRICT's
easement or CANAL which impact the DISTRICT.
V
COUNTY shall at all times maintain the ENCROACHMENTS so as to not
interfere with the normal operation and maintenance of DISTRCT facilities. Should
COUNTY fail to maintain, repair, or replace the ENCROACHMENTS, DISTRICT shall
have the right (but not the obligation) to perform any maintenance necessary for
DISTRICT's unhindered use of any DISTRICT facilities following reasonable written
notice to COUNTY. All canals, pipes, pipelines, conduits and other facilities
(Improvements) constructed, installed and/or placed by or for DISTRICT upon and within
said EASEMENT are, shall become and remain the property of DISTRICT and shall be
maintained by DISTRICT at DISTRICT'S expense and COUNTY shall have no right, title
or interest therein.
VI
As said canals, pipes, pipelines and other structures or facilities
(Improvements) exist or shall be constructed, installed, operated, maintained, altered,
repaired, improved, reconstructed, accessed, inspected, cleaned, reconfigured,
redesigned, traversed, piped, etc., the manner in which they shall be installed,
constructed and/or placed by or for the DISTRICT, and, the time and manner for
conducting and discharging water through the same shall be in the sole, exclusive and
absolute control of DISTRICT.
VII
If COUNTY desires to use the DISTRICT's EASEMENT area or canal banks
directly adjacent to the ENCROACHMENT for the purpose of vehicular crossings it may
do so provided that it does not negatively impact the width, height, integrity, or compaction
of said banks and/or Canal; and, to the extent that the COUNTY uses any portions of the
EASEMENT area and/or Canal bank(s), the COUNTY hereby acknowledges and hereby
assumes the risks of damages to the Canal banks occasioned by COUNTY's uses and
access to over the Canal banks and agrees to hold the DISTRICT harmless from any
and all Canal breaches, leaks or erosion that may result or occur, recognizing that such
2023-D078-MJ2016-024-02 5
i
uses weaken the integrity of the Canal banks. This indemnity and hold harmless includes
COUNTY assuming the risk of damages to any lands and property (crops, etc.) that may
occur as a result of any Canal bank breach/leak/failure on that side of the Canal, that are
attributed to COUNTY's uses should COUNTY ever use the DISTRICT's Canal banks for
ingress/egress/access during Canal crossing.
VIII
Should any action or proceeding be commenced between the parties hereto
concerning this Agreement, or the rights and duties of any party in relation thereto, the
party prevailing in such action or proceeding shall be entitled, in addition to such other
relief as may be granted, to recover from the losing party a reasonable sum for its
attorneys', paralegals', accountants', and other professional fees and costs incurred in
connection with such action or proceeding.
IX
COUNTY agrees to repair or relocate, as required and at COUNTY'S sole
expense, the CANAL due to any damage that may be caused by COUNTY's installation,
maintenance, or removal of the ENCROACHMENTS, as determined by DISTRICT. In the
event COUNTY fails, neglects, or refuses to commence, maintain, repair, construct, or
reconstruct the CANAL within 30 days after notice from DISTRICT or thereafter fails to
proceed diligently, DISTRICT shall have the right, but shall not be required, to make any
such repairs or replacements, and COUNTY agrees to repay to DISTRICT the cost of any
such repairs or replacement with interest at the rate of 10% per annum.
X
COUNTY agrees that the CANAL and all associated irrigation facilities,
structures and features shall remain the property of DISTRICT and that COUNTY shall
have no right, title, or interest therein. COUNTY further agrees that the EASEMENT and
CANAL and the manner, method and time of conducting and discharging water through
the CANAL shall be in the sole and absolute control of DISTRICT, and the nature and
extent of the EASEMENT shall in no way be diminished or restricted by the
ENCROACHMENTS.
XI
COUNTY agrees that the permission herein granted is limited to the
ENCROACHMENT and said permission shall not constitute a precedent for the granting
of permission for any other encroachments upon the EASEMENT or other property of
DISTRICT. COUNTY further agrees that the permission herein granted is not intended
to diminish the rights of DISTRICT in the use or maintenance of the EASEMENT or
CANAL. COUNTY has no right to grant any license, easement, franchise or right to use
any interest that interferes with the DISTRICT's EASEMENT without the express written
agreement of the DISTRICT first had and obtained.
XII
COUNTY shall maintain any monetary lien that is senior to this
AGREEMENT current and shall not allow any foreclosure or other action by a third party
2023-D078-MJ2016-024-02 6
i
that would impair this AGREEMENT in any way. In the event of any such foreclosure or
other action, or in the event of any other default by COUNTY under this AGREEMENT,
DISTRICT may at its option declare this AGREEMENT to be terminated, whereupon the
ENCROACHMENTS shall be deemed a trespass and shall be removed upon demand by
DISTRICT, at COUNTY'S sole and exclusive expense. If COUNTY fails to so remove the
ENCROACHMENTS, DISTRICT may remove it and COUNTY shall repay to DISTRICT
the cost of any such removal with interest at the rate of 10% per annum.
XIII
This AGREEMENT shall run with the PROPERTY and shall apply to and
bind and inure to the benefit of the heirs, successors, and assigns of the parties hereto.
XIV
COUNTY hereby grants to the DISTRICT a specific perpetual, and
exclusive easement of ingress, egress and access to, under, through and over the Bridge
as well as an easement of ingress, egress and access to, through and over the COUNTYS
property to the DISTRICT's Canal on both sides of the Bridge in connection with the
DISTRICT's operation, maintenance, repair and replacement of its Canal on the terms
and subject to the conditions set forth herein.
XV
COUNTY and not the DISTRICT, shall be responsible for any maintenance,
repair, removal, or replacement costs and the structural integrity of the Bridge, provided
that DISTRICT, which for purposes of this EASEMENT shall include the DISTRICT's
agents, contractors, vendors and/or employees:
a) Shall not use equipment or vehicles on the Bridge in any manner that
exceeds the Bridges tolerances or capacities which the COUNTY
has set at: not to exceed a loaded weight of pounds,
thereby subjecting the Bridge to unusual loads.
b) Shall reasonably use judgment and common sense in utilizing other
Canal access points available to the DISTRICT to access the
DISTRICT's EASEMENT on or across the Exhibit A property, where
practical, in accessing its Canals and/or performing work on or
maintaining said Canals.
c) Shall be permitted to use the Bridge in the event of emergencies,
exigency, or other situations where weather or other circumstances
outside of the control of the DISTRICT render alternative sources of
access to the DISTRICT render alternative sources of access to the
DISTRICT's Canals unworkable or problematic.
d) Shall be liable for any negligence or willful misuse of the Bridge by
the DISTRICT.
XVI
COUNTY shall certify that the bridge is designed by a qualified individual
who can properly size the deck, supports and footings to sustain the anticipated loading.
2023-D078-MJ2016-024-02 7
i
If the bridge is not adequate for unrestricted use, COUNTY shall post the bridge's loading
limits, or otherwise restrict access.
XV I I
COUNTY shall design the bridge to pass at least 230 C.F.S with no head
loss through the structure.
XVIII
The bottom of the bridge deck and support beams shall have a minimum
clearance of twenty-four— inches (24") above high water in Canal unless stated
otherwise. High water elevation will be confirmed by FID's Engineer.
XIX
COUNTY will be responsible for maintaining, at COUNTY's expense, the
bridge structure, and authorizes FID to remove the structure if COUNTY fails to properly
maintain the bridge or if the bridge should interfere with operation or maintenance of the
Canal.
XX
COUNTY shall be responsible for the removal of ENCROACHMENT, at
COUNTY's expense. Should COUNTY fail to remove ENCROACMENT, DISTRICT shall
have the right (but not the obligation) to perform any removal necessary for DISTRICT's
unhindered use of any DISTRICT facilities and COUNTY shall repay to DISTRICT the
cost of any such removal with interest at the rate of 10% per annum.
XXI
COUNTY agrees to indemnify FID and hold it, its officers and employees,
free and harmless of, from and against any loss, damage, attorney's fees, or other
expenses caused by said work; and free and harmless of, from and against any loss,
damage, costs, attorney's fees or expense incurred or suffered by FID because of the
claims of any persons whatsoever, arising out of the installation, presence, use,
maintenance, neglect, or removal of the permitted bridge.
{remainder intentionally left blank}
2023-D078-MJ2016-024-02 8
i
IN WITNESS WHEREOF, the parties have executed this Agreement to be
effective as of the date first above written.
"COUNTY" "DISTRICT"
The County of Fresno, a municipal Fresno Irrigation District, a California
corporation irrigation District
By
By Ryan Jacobsen, President
ATTEST: By
Bill Stretch, Secretary
By:
APPROVED AS TO FORM:
, County Attorney
By:
2023-D078-MJ2016-024-02 9
NOTE:
THIS DETAIL SHALL BE USED WHEN A BRIDGE CLOSURE IS ALLOWED BY
PERMIT OR IN THE CONTRACT PLANS AND SPECIFICATIONS
EXISTING/PROPOSED
TEMPORARY WATER BRIDGE
FILLED BARRIERS
K RAIL
BARRICADES
ETL
CL 0'MIN
ETL
�- 200' 100' AS
REQUIRED
ROAD CLOSURE
SIGNAGE PER MUTCD
TYPICAL OF BOTH DIRECTIONS
DATE: NOT TO SCALE � COU��.� DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: TL 03/24
DRAWN: TL 03/24
AFTER HOURS BRIDGE CLOSURE
IlB9� O
DETAIL
CHECK: JH �� Rt$
aR IRR µ
aR Ra RR
---R� --R --- — —
��IRR=iRR- --- IR--- ql R - - - -
y.-. ,
LEGEND
LIMITS OF WORK
RIGHT OF WAY --- --- — _
RSP
CHANNEL LINING
HOUGHTON CANAL ON CHATEAU FRESNO AVENUE
100 200 LIMITS OF WORK MAP
Feet
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
HOUGHTON CANAL BRIDGE REPLACEMENT AT
N. CHATEAU FRESNO AVENUE
N. CHATEAU FRESNO AVENUE, 0.5 MILES SOUTH OF BELMONT
AVENUE
BRIDGE NUMBER: 42CO695
FEDERAL PROJECT NUMBER: BRLO-5942(237)
BUDGET / ACCOUNT: 4510 / 7370
co
856
o�FR E 6 Department ofPublic Works and Planning
CONTRACT NUMBER 25-03-C
BID BOOK TABLE OF CONTENTS
HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO AVENUE
CONTRACT NUMBER 25-03-C
PROPOSAL TITLE
NUMBER
NOT APPLICABLE INSTRUCTIONS FOR COMPLETING THE BID BOOK
1 PROPOSAL TO THE COUNTY OF FRESNO
2 BID ITEM LIST/BID SHEET
3 EVALUATION OF BID ITEM LIST
4 BID SECURITY/SIGNATURE
5 NON-COLLUSION DECLARATION
6 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
7 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE AND PUBLIC
CONTRACT CODE 10232 STATEMENT
8 SUBCONTRACTORS
9 TITLE 13,CALIFORNIA CODE OF REGULATIONS§2449(1)GENERAL
REQUIREMENTS FOR IN-USE OFF-ROAD DIESEL-FUELED FLEETS
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
10 OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS
11 TITLE 49,CODE OF FEDERAL REGULATIONS,PART 29 DEBARMENT AND
SUSPENSION CERTIFICATION
12 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS
13(A)-13(B) DISCLOSURE OF LOBBYING ACTIVITIES
14(A)-14(B) EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION
CONTRACTS)
15 DBE CONFIRMATION
16(A)-16(C) EXHIBIT 15-H DBE INFORMATION-GOOD FAITH EFFORTS
17(A)-17(B) EXHIBIT 12-B BIDDER'S LIST OF SUBCONTRACTORS
18 NOT USED
19 GUARANTY
INSTRUCTIONS FOR COMPLETING THE BID BOOK
General
Complete forms in the Bid Book.
Submit an electronic bid online at http://www.BidExpress.com (Section 2-1.33A) or submit a hardcopy bid:
1. Under sealed cover addressed to the Department and labeled with the name of the bidder, the name of the
project and the statement'Do Not Open Until The Time Of Bid Opening.'
2. Marked as a bid
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.
For more information regarding bidding, refer to Section 2 Bidding in the Special Provisions and Standard
Specifications.
Bid Item List and Bid Comparison
Submit a bid based on the bid item quantities the Department shows on the Bid Item List. Bids will be evaluated
and the low bidder determined as indicated in the Notice to Bidders.
Bid Document Completion
Proposal items are identified by title and by the word "Proposal"followed by the number assigned to the proposal
item in question. Proposal items are included in the Bid Book.
Proposal to the Board of Supervisors of Fresno County—Proposal 1
Provided for information.
Bid Proposal Sheet— Proposal 2
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.
Evaluation of Bid Proposal Sheet—Proposal 3
Describes how inconsistences and irregularities are evaluated and corrected when Design Services reviews the
Bid Item List.
Bid Security and Signature— Proposal 4
Submit one of the following forms of bidder's security equal to at least 10 percent (10%) of the bid:
• Cash
• Cashier's check
• Certified check
Instructions for Completing the Bid Book - 1
• 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. If providing electronically, the
bid must either be verified via Tinubu or Surety2000 through BidExpress, or a scanned copy must be
attached to the electronic bid with an original notarized hardcopy and received by Design Services
before 4:OOPM on the fifth (5th) calendar day after the bid opening.
Bonding companies may provide their own bid bond forms. The Bid Security and Signature sections must be
completed by the bidder and submitted with their bid.
Electronic bids, if not accompanied by an electronic bid bond, may provide one of the listed types of bidder's
security in a sealed envelope in accordance with the labeling and address instructions listed in the Notice to
Bidders prior to the bid opening.
Acknowledge Addenda
Provide contractor's license information.
State business name and if business is a:
• Corporation - list officers
• Partnership - list partners
• Joint Venture- list members; if members are corporations or partnerships, list their officers or partners.
• Individual - list Owner's name and firm name style
Signature of Bidder-the following lists types of companies and corresponding authorized signers.
• Corporation - by an officer
• Partnership - by a partner
• Joint Venture - by a member
• Individual - by the Owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney
authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be
rejected.
• Business Address- Firm's Street Address
• Mailing Address- P.O. Box or Street Address
• Complete, sign, and return with bid.
Non-Collusion Declaration— Proposal 5
Must be completed, signed, and returned with bid.
Public Contract Code Section 10285.1 Statement— Proposal 6
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.
Instructions for Completing the Bid Book - 2
Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232 Statement—
Proposal 7
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.
Subcontractors— Proposal 8
Sheet(s)or spaces where upon which bidders list subcontractors. 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. Contract Code §4100
et seq.).
The Subcontractor List submitted with the bid must show the name, location of business, work portions to be
performed, Department of Industrial Relations registration number, 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 Department of Industrial Relations number and license 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.
Title 13, California Code of Regulations §2449(i) General Requirements for In-Use Off-Road Diesel-
Fueled Fleets— Proposal 9
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid. Subcontractor
certificates will be due no later than 4:00 PM on the fifth (51h) calendar day after the bid opening if not submitted
with the bid.
Certification With Regard To The Performance Of Previous Contracts Or Subcontracts Subject To The
Equal Opportunity Clause And The Filing Of Required Reports— Proposal 10
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.
Title 49, Code of Federal Regulations, Part 29 Debarment And Suspension Certification— Proposal 11
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.
Non-lobbying Certification for Federal-Aid Contracts—Proposal 12
For a Federal-aid contract, complete, sign, and return with bid.
Disclosure of Lobbying Activities— Proposal 13(a)through Proposal 13(b)
For a Federal-aid contract, complete, sign, and return with bid.
Exhibit 15-G Local Agency Bidder DBE Commitment(Construction Contracts)—Proposal 14(a) through
Proposal 14(b)
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 (51h) calendar day after the bid opening if not submitted with the bid.
Exhibit 9-1 DBE Confirmation—Proposal 15
For a Federal-aid contract, bidders shall provide to Design Services written confirmation from each DBE that the
DBE is participating in the Contract. Exhibit 9-I: DBE Confirmation and the DBE's quote must be submitted. The
Instructions for Completing the Bid Book - 3
written confirmation must be submitted no later than 4:00 PM on the fifth (51h) calendar day after the bid opening
if not submitted with the bid.
Exhibit 15-H DBE Information— Good Faith Efforts—Proposal 16(a) through Proposal 16(c)
For a Federal-aid contract, if you did not meet 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 (51h) calendar day after the bid opening if not
submitted with the bid.
Exhibit 12-B Bidder's List of Subcontractor(DBE and Non-DBE)— Proposal 17(a)through Proposal 17(b)
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 (5'h) calendar day after the bid opening if not submitted with the bid. Fill out as completely as
possible.
Proposal 18—Not used
Guaranty—Proposal 19
Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when
contract is executed.
Instructions for Completing the Bid Book - 4
General Info
Total:
$3,099,414.80
Number Description
25-03-C Houghton Canal Bridge Replacement at N. Chateau Fresno Avenue
Deadline The work to be done consists, in general, of widening and reconstructing the approach
06/05/2025 02:00 PM PDT road, realigning and reconstructing canal access roads, relocating irrigation lines, and
replacing the structurally deficient two-lane bridge with a standard two-lane bridge. The
Vendor Houghton Canal Bridge on Chateau Fresno Avenue (Bridge No. 42C0486/42C0695,
CAL VALLEY 04-030) is located 0.5 miles south of Belmont Avenue in Fresno, CA and has been closed
CONSTRUCTION, INC. since 2023. The new bridge structure will consist of Cast-In-Place, Pre-Stressed concrete
slabs which will be supported by a Cast-In-Drill-Hole concrete pile foundation.
Submitted
The DBE Contract Goal is 21 percent.
06/05/2025 01:20 PM PDT
Signed by Federal Project Number: BRLO-5942(237)
TONY STORELLI Allows zero unit prices and labor
Account Holder Tony Storelli Yes
Opened Allows negative unit prices and labor
06/05/2025 02:02 PM PDT By Yes
jwongsing@fresnocountyca.gov
Page 1 of 33 06/05/2025
Attachment List
Project Website
RFC form, bid opening details, any Supplemental Information
including RFC responses, prebid conference information, etc.
Specifications (17 MB)
Specifications (17 MB)
Plans (20 MB)
Plans (20 MB)
Addendum 1
Addendum 1
Addendum 2
Addendum 2
Addendum 3
Addendum 3
Page 2 of 33 06/05/2025
Proposal to the County of Fresno - Proposal 1
Proposal to the County of Fresno
hereinafter called the Owner
HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO AVENUE
CHATEAU FRESNO AVENUE, 0.5 MILES SOUTH OF BELMONT AVENUE
BRIDGE NUMBER: 42CO695
FEDERAL PROJECT NUMBER: BRLO-5942(237)
The work embraced herein shall be done in accordance with the 2023 Standard Specifications and with the 2023 Standard Plans,
of the State of California, Department of Transportation insofar as the same may apply and in accordance with these special
provisions.
Except to the extent that they may conflict with these special provisions, revised Standard Specifications apply to the extent
included in the section entitled "Project Details" of the book entitled "Specifications."
The work to be done is shown on a set of Plans, Department File No. 11254, entitled: "Houghton Canal Bridge Replacement at N.
Chateau Fresno Avenue."
The undersigned, as bidder, declares that the only persons, or parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any other person, firm or corporation; that they have carefully examined
the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and they propose and
agree if this proposal is accepted, that they will contract with the Owner to provide all necessary machinery, tools, apparatus and
other means of construction, and to do all the work and furnish all the materials specified in the contract in the manner and time
therein prescribed, and according to the requirements of the Engineer as therein set forth, and that they will take in full payment
therefor the following unit prices, to-wit:
Page 3 of 33 06/05/2025
Bid Item List - Proposal 2B
$3,099,414.80
Item No. Quantity Unit Item Item Price Extension
Description
1 1 LS Builder's Risk $7,000.00 $7,000.00
Insurance
2 5 EA Federal Trainee $250.00 $1,250.00
Program
3 1 LS Lead Compliance $2,500.00 $2,500.00
Plan
4 1 LS Bird Exclusion $2,500.00 $2,500.00
Plan
Install and
5 1 LS Maintain Bird $12,000.00 $12,000.00
Exclusion
Devices
6 1 LS Traffic Control $25,000.00 $25,000.00
7 1 LS Construction Site $1,450.00 $1,450.00
Management
Prepare &
8 1 LS Implement $1,500.00 $1,500.00
SWPPP
State Water
9 900 $ Resources $1.00 $900.00
Control Board
N.O.I. Fee
10 1 EA Storm Water $2,000.00 $2,000.00
Annual Report
Permanent
11 12 EA Erosion Control $500.00 $6,000.00
Establishment
Inspection
Permanent
12 10,000 $ Erosion Control $1.00 $10,000.00
Establishment
Work
Storm Water
13 8 EA Sampling and $250.00 $2,000.00
Analysis Day
Total: $3,099,414.80
Page 4 of 33 06/05/2025
Item No. Quantity Unit Item Item Price Extension
Description
Job Site Water
14 1 LS Control & $15,000.00 $15,000.00
Diversion
15 1 EA Reset Section $1,300.00 $1,300.00
Corner Monument
16 1 LS Clearing and $379,000.00 $379,000.00
Grubbing
Roadway
17 986 CY Excavation - Final $50.00 $49,300.00
Pay Item
18 658 CY Subgrade Prep - $30.00 $19,740.00
Final Pay Item
19 13,964 CY Imported Borrow $13.00 $181,532.00
- Final Pay Item
Place & Compact
20 13,964 CY Embankment - $10.00 $139,640.00
Final Pay Item
Relocate
21 35 EA Irrigation 'Alfalfa' $800.00 $28,000.00
Valves
22 42,284 SF Hydroseeding $0.20 $8,456.80
23 6 SY Cold Plane HMA $80.00 $480.00
24 1 LS Finishing $10,000.00 $10,000.00
Roadway
Class II
25 1,398 CY Aggregate Base - $75.00 $104,850.00
Final Pay Item
26 1,112 TON Asphalt Concrete $110.00 $122,320.00
(Type 'A')
27 2 EA Irrigation Turnout $35,000.00 $70,000.00
28 1 EA Irrigation Box $30,000.00 $30,000.00
29 2 EA Project Funding $1,000.00 $2,000.00
Signs
30 114 LF 10" Plastic $150.00 $17,100.00
Irrigation Pipe
Total: $3,099,414.80
Page 5 of 33 06/05/2025
Item No. Quantity Unit Item Item Price Extension
Description
31 820 LF 18" Plastic $200.00 $164,000.00
Irrigation Pipe
18" Rubber
32 29 LF Gasket $200.00 $5,800.00
Reinforced
Concrete Pipe
33 303 LF 24" Plastic $200.00 $60,600.00
Irrigation Pipe
24" Rubber
34 137 LF Gasket $220.00 $30,140.00
Reinforced
Concrete Pipe
35 1 LS Safety Access $500.00 $500.00
Ladder
Rock Slope
36 95 CY Protection $310.00 $29,450.00
(150LB, Class III,
Method B)
37 223 SY Geotextile Filter $6.00 $1,338.00
Fabric
38 3 EA Relocate Mailbox $500.00 $1,500.00
Transition Railing
39 56 LF (Type AGT) & $375.00 $21,000.00
Guardrail
Type MFLEAT-
40 2 EA MGS Terminal $5,500.00 $11,000.00
System
41 2 EA Crash Cushion $35,000.00 $70,000.00
System - Tau M
4" Thermoplastic
Traffic Stripe
42 1,393 LF (Yellow) Caltrans $2.00 $2,786.00
Std A20A, Detail
21
4" Thermoplastic
Traffic Stripe
43 2,786 LF (White) Caltrans $1.00 $2,786.00
Std A2013, Detail
27B
Total: $3,099,414.80
Page 6 of 33 06/05/2025
Item No. Quantity Unit Item Item Price Extension
Description
44 1 LS PG&E Gas Line $6,000.00 $6,000.00
Excavation
Ground
Penetration
45 1 LS Radar, Utility $6,000.00 $6,000.00
Coordination, &
Other Utilities
46 2 CY Minor Concrete $1,600.00 $3,200.00
Structure
47 70 CY Excavation $300.00 $21,000.00
(Bridge) - Final
Pay Item
Structure Backfill
48 60 CY (Bridge) - Final $500.00 $30,000.00
Pay Item
36" Cast-in-
49 302 LF Drilled-Hole $750.00 $226,500.00
Concrete Piling
50 1 LS Prestressing CIP $55,000.00 $55,000.00
Concrete
Structural
51 80 CY Concrete, Bridge $2,200.00 $176,000.00
- Final Pay Item
Structural
52 100 CY Concrete, Bridge $2,500.00 $250,000.00
(Polymer Fiber) -
Final Pay Item
53 71 LF Joint Seal $250.00 $17,750.00
(MR=1")
Bar Reinforcing
54 66,000 LB Steel (Bridge) - $2.00 $132,000.00
Final Pay Item
55 1 LS Bridge Removal - $18,996.00 $18,996.00
Final Pay Item
Concrete
56 160 CY (Channel Lining) - $1,100.00 $176,000.00
Final Pay Item
57 90 LF Concrete Barrier $525.00 $47,250.00
(Type 836) -
Total: $3,099,414.80
Page 7 of 33 06/05/2025
Item No. Quantity Unit Item Item Price Extension
Description
Final Pay Item
58 1 LS Mobilization $280,000.00 $280,000.00
Total: $3,099,414.80
Page 8 of 33 06/05/2025
Evaluation of Bid Item List - Proposal 3
Abbreviations used in the bid proposal sheet are identified in Section 1-1.06, "Abbreviations," of these special provisions.
Bids are required for the entire work. Bids will be compared on the basis indicated in the Notice to Bidders. The bidder shall set
forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in
clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth
under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as
provided in (a) or (b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as
the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be
divided by the estimated quantity for the item and the price thus obtained shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one
hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the
entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the
Owner's Final Estimate of cost.
If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular.
Likewise, if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular
unless the project being bid has only a single item and a clear, readable total bid is provided.
Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or
item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if
applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures
are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if
any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail.
The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission,
inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in
the discretion of the Owner, and that discretion will be exercised in the manner deemed by the Owner to best protect the public
interest in the prompt and economical completion of the work. The decision of the Owner respecting the amount of a bid, or the
existence or treatment of an irregularity in a bid, shall be final.
If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and to give the two bonds in the sums to
be determined as aforesaid, with surety satisfactory to the Owner, within eight (8) days not including Saturdays, Sundays and legal
holidays, after the bidder has received notice of award of the contract, the Owner, at its option, may determine that the bidder has
abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such
security accompanying this proposal shall operate and the same shall be the property of the Owner.
Page 9 of 33 06/05/2025
Bid Security - Proposal 4
Bond Percentage
10.00%
Guarantee Method
Electronic Bid Bond
You must either attach an electronic bid bond here or provide an original bid bond (or other form of bid security authorized by
Public Contract Code Section 20129(a)) to the office location according to the instructions in the Notice to Bidders prior to the bid
opening.
Electronic Bid Bond
Bond ID * Surety Agency * Verify Bid Bond
41 EE-76CC-6BAE-D59F Tinubu Surety (formerly Bid bond verification has
SurePath) been completed.
Surety State * Principal *
DELEWARE CAL VALLEY
CONSTRUCTION, INC.
Page 10 of 33 06/05/2025
Addendum Acknowledgement - Proposal 4
Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA:
(Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging)
Type N/A if no addenda were issued. Click "+" to add additional fields.
Addendum No. *
1
Dated
5/28/2025
Type N/A if no addenda were issued. Click "+" to add additional fields. 1
Addendum No. *
2
Dated
6/2/2025
Type N/A if no addenda were issued. Click "+" to add additional fields. 2
Addendum No. *
3
Dated
6/3/2025
Page 11 of 33 06/05/2025
Bidder Signature - Proposal 4
Business Name *
CAL VALLEY CONSTRUCTION, INC.
Note: If bidder or other interested person is a corporation, state legal name of corporation. If bidder is a co-partnership, state true
name of firm.
Type of Business
Corporation - list Officers
Business Owners and Officers Names
MICHELLE AVILA; PRESIDENT & TREASURER
JOHN AVILA; VICE PRESIDENT
TONY STORELLI; C.O.O.
BRANDEN BRUECKNER; CORPORATE SECRETARY
Note: If bidder or other interested person is:
• a corporation, list names of the president, secretary, treasurer and manager thereof
• a partnership, list names of all individual co-partners composing firm.
• an individual, state first and last name in full.
Note: List majority owners of your firm. If multiple owners, list all. (SB1439)
Licensed in accordance with an act providing for the registration of Contractors:
Class
A
Contractor License No. * Expires
873800 3/31/2026
DIR Registration Number
1000009471
Business Address
5125 N GATES AVENUE #102, FRESNO, CA
Page 12 of 33 06/05/2025
Zip Code
93722
Mailing Address
5125 N GATES AVENUE #102, FRESNO, CA
Zip Code
93722
Business Phone * Fax Number
(559) 274-0300 (559) 274-0311
E-mail Address *
estimating@calvalleyconstruction.com
Signature of Bidder
Tony Storelli
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the
officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm
shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co-
partnership; and if bidder is an individual, bidder signature shall be placed above. If signature is by an agent, other than an officer
of a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or
submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized.
Page 13 of 33 06/05/2025
Non-Collusion Declaration - Proposal 5
FEDERAL PROJECT NUMBER: BRLO-5942(237)
To the County of Fresno:
NON-COLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID*
The undersigned declares:
I am the (Choose one of the following options):
Corporate Officer
If Corporate Officer please list Title:
CHIEF OPERATING OFFICER
of (Business Name): *
CAL VALLEY CONSTRUCTION, INC.
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other
bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or refrain from bidding. The bidder has not in any manner, directly or indirectly, sought
by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any
member or agent thereof, and has not paid, and will not pay, any person or entity for that purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability
company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does
execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on
Date: *
6/5/2025
at City, State:
FRESNO, CALIFORNIA
Signature: *
TONY STORELLI
Page 14 of 33 06/05/2025
(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 false certification may subject the certifier to criminal prosecution.
Page 15 of 33 06/05/2025
Public Contract Code - Proposal 6-7
Public Contract Code Section 10285.1 Statement - Proposal 6
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty
of perjury under the laws of the State of California that the bidder
Choose an option: *
Has not been convicted
within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion,
conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or
performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in
Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or
responsible managing employee thereof, as referred to in Section 10285.1.
The above Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this
Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire - Proposal 7
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following
questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been
disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because
of a violation of law or a safety regulation?
Choose an option:
No
If the answer is No, please type N/A. If the answer is Yes, explain the circumstances in the following space.
N/A
Public Contract Code Section 10232 Statement - Proposal 7
In conformance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than
Page 16 of 33 06/05/2025
one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the
immediately preceding two-years period because of the Contractor's failure to comply with an order of the National Labor Relations
Board.
Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also
constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
Page 17 of 33 06/05/2025
Subcontractors - Proposal 8(a)
The following named subcontractor(s) will perform with labor, or otherwise render services to the general contractor in or about the
construction of the work or improvement in an amount in excess of one-half of one percent of the total bid presented herewith or
$10,000, whichever is greater. 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: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor: *
P C & N CONSTRUCTION, INC.
Business Address *
5301 F BYRON HOT SPRINGS RD., BYRON, CA 94514
Class
A
License No.
771652
DIR Registration No.
1000002500
Item No. or Description of Work
39,40,41
Dollar Amount: OR Percentage of Total Bid:
$102,000.00
Email Address:
TYLERE@PCNCONSTRUCTIONINC.COM
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 1
Page 18 of 33 06/05/2025
Subcontractor: *
CVE DEMOLITION, INC.
Business Address *
4263 N. SELLAND AVE., FRESNO, CA 93722
Class
A,B,C21,C22
License No.
905631
DIR Registration No.
1000008301
Item No. or Description of Work
55
Dollar Amount: OR Percentage of Total Bid:
$18,996.00
Email Address:
CHUCKJ@CVECORP.COM
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 2
Subcontractor: *
CHAPCO CONSTRUCTION, LLC.
Business Address *
6000 MORTONO ST., SACRAMENTO, CA 95828
Class
A
License No.
1122875
DIR Registration No.
2000001412
Page 19 of 33 06/05/2025
Item No. or Description of Work *
27,49,50,51,52,53,54,56,57, (58 MOBILIZATION PARTIAL - STRUCTURES ONLY)
Dollar Amount: OR Percentage of Total Bid:
$1,215,500.00
Email Address:
RICH@CHAPCOCONSTRUCTION.COM
Page 20 of 33 06/05/2025
Subcontractors - Proposal 8(b)
Optional: Vendor is not required to complete.
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor:
No bid
Business Address
No bid
Class
No bid
License No.
No bid
DIR Registration No.
No bid
Item No. or Description of Work
No bid
Dollar Amount: OR Percentage of Total Bid:
No bid No bid
Email Address:
No bid
Page 21 of 33 06/05/2025
California Code of Regulations: General Requirements for In-Use Off-Road Diesel-Fueled
Fleets - Proposal 9
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-sheets/fact-sheet-contracting-requirements
Choose all that apply:
❑✓ Bidder's Certificate of Reported Compliance has been attached to the bid.
❑Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4).
❑✓ Listed subcontractors' Certificate of Reported Compliance have been attached.
❑The following subcontractors do not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4):
Subcontractors
❑Additional information regarding subcontractor fleets and/or certificates will be submitted within five (5)
calendar days of the bid opening.
FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS DIRECTED MAY RENDER THE BID NON-
RESPONSIVE.
Page 22 of 33 06/05/2025
Certification With Regard To The Performance Of Previous Contracts Or Subcontracts
Subject To The Equal Opportunity Clause And The Filing Of Required Reports - Proposal 10
The bidder or proposed subcontractor hereby certifies that they
Please choose an option below
have participated
in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925 or 11114
and that they
Please select an option below
have filed
with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting
or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the
applicable filing requirements.
Company *
CAL VALLEY CONSTRUCTION, INC.
By: *
TONY STORELLI
Title *
CHIEF OPERATING OFFICER
Date *
6/5/2025
NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR
60-1.7(b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts
which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard
Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the
Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts
and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the
Director, Office of Federal Contract Compliance, U. S. Department of Labor.
Page 23 of 33 06/05/2025
Page 24 of 33 06/05/2025
Title 49, Code Of Federal Regulations, Part 29 - Debarment And Suspension Certification -
Proposai 11
The bidder or proposed subcontractor under penalty of perjury, certifies that, except as noted below, he/she or any person
associated therewith in the capacity of owner, partner, director, officer, manager:
is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3
years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter
involving fraud or official misconduct within the past 3 years.
If no exceptions enter "No Exceptions." If there are any exceptions to this certification, insert the exceptions in
the following space:
NO EXCEPTIONS
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.
For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action:
N/A
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
Page 25 of 33 06/05/2025
of America, that the Title 23 United States Code, Section 112 Non-Collusion Declaration and the Title 49 Code of Federal
Regulations, Part 29 Debarment and Suspension Certification are true and correct.
Company *
CAL VALLEY CONSTRUCTION, INC.
By *
TONY STORELLI
Date *
6/5/2025
Title *
CHIEF OPERATING OFFICER
Page 26 of 33 06/05/2025
Nonlobbying Certification For Federal-Aid Contracts - Proposal 12
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,
that:(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with awarding of any cooperative agreement, and
the extension, continuation, renewal, amendment, or INSTALLATION of any Federal contract, grant, loan, or cooperative
agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered
into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31,
U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of
this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and
disclose accordingly.
Bidder *
CAL VALLEY CONSTRUCTION, INC.
By *
Tony Storelli
Date *
6/5/2025
Title *
CHIEF OPERATING OFFICER
Page 27 of 33 06/05/2025
Disclosure of Lobbying, DBE Forms, and Bidders List of Subcontractors - Proposal 13-17
OMB 0348-0046 Disclosure of Lobbying Activities - Proposal 13 (223 KB)
Disclosure of Lobbying Activities
Exhibit 15G Constructions Contract DBE Commitment - Proposal 14 (2.76 MB)
LAPM Exhibit 15-G Construction Contract DBE Commitment
Form
Exhibit 91 DBE Confirmation - Proposal 15 (209 KB)
LAPM Exhibit 9-1 DBE Confirmation
Exhibit 15H Proposer Contractor Good Faith Efforts - Proposal 16 (730 KB)
LAPM Exhibit 15-H DBE Information - Good Faith Effort
Exhibit 12B Bidder's List of Subcontractors - Proposal 17 (564 KB)
LAPM Exhibit 12-B Bidder's List of Subcontractors
Page 28 of 33 06/05/2025
Proposal 18
NOT USED
Page 29 of 33 06/05/2025
Guaranty - Proposal 19
Optional: Vendor is not required to complete.
(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 their bid.)
GUARANTY
To the Owner: County of Fresno
CONTRACT NUMBER 25-03-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 (12)
months after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse the Owner, upon
demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any
such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement
or repairs, or, upon demand by the Owner, to replace any such material and to repair said work completely without cost to the
Owner so that said work will function successfully as originally contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or
repairs done by the undersigned. In the event the Owner elects to have said work performed by the undersigned, the undersigned
agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable
time after the receipt of demand from the Owner.
Date:
No bid
Name (Printed):
No bid
Signature:
No bid
Title:
No bid
Contractor:
No bid
Page 30 of 33 06/05/2025
Required Documents
Name Omission Terms Submitted
File
I am not
Electronic Bid Bond - Scan of Bid Bond enclosing this
Scan of Notarized Paper Bid Bond with original I have already provided a bid bond, i.e. through document
due by 4pm on the 5th calendar day after the bid an electronic Surety above or to the public works because the
office prior to the deadline. omission terms
opening. have been
met.
OMB 0348-0046 Disclosure of Lobbying Activites Disclosure of
- Proposal 13 Submit disclosure if needed. Lobbying
Complete this form to disclose lobbying activities Activities.pdf
pursuant to 31 U.S.C. 1352
1 am not
Exhibit 15-G Construction Contract DBE enclosing this
Commitment - Proposal 14 Due by 4pm on the 5th calendar day after bid document
Local Assistance Procedures Manual Exhibit because the
15-G Construction Contract DBE Commitment opening. omission terms
Form have been
met.
I am not
enclosing this
Exhibit 9-1 DBE Confirmation - Proposal 15 Due by 4pm on the 5th calendar day after bid document
Local Assistance Procedures Manual Exhibit 9-1 opening for each participating DBE with each because the
DBE Confirmation Form DBE's quotes. omission terms
have been
met.
I am not
Exhibit 15-H Proposer/Contractor Good Faith enclosing this
Effort - Proposal 16 If DBE Goal not met, submit with 15-G by 4pm document
Local Assistance Procedures Manual Exhibit on the 5th calendar day after bid opening. because the
15-H DBE Information - Good Faith Effort omission terms
have been
met.
I am not
Exihibt 12B Bidder's List of Subcontractors - enclosing this
Proposal 17 Due by 4pm on the 5th calendar day after bid document
Local Assistance Procedures Manual Exhibit opening unless no subcontractors are listed on because the
12-B Bidder's List of Subcontractors bid. omission terms
have been
met.
CARB Certification of Reported Compliance -
Bidd
CAL
Valid eCARB Certification of Reported Compliance Does not have a fleet subject to this regulation. VALLEY.pdf
- Bidder
CARB Certification(s) of Reported Compliance - Due by 4pm on the 5th calendar day after bid CAL VALLEY
Subcontractors opening or no listed subcontractors have a fleet SUBS CARB
8 Required Documents
Page 31 of 33 06/05/2025
Name Omission Terms Submitted
File
Valid CARB Certification(s) of Reported subject to this regulation. CERTS.pdf
Compliance - Subcontractors
8 Required Documents
Page 32 of 33 06/05/2025
Additional Documents (Use if needed)
Name Omission Terms Submitted
File
Optional: Vendor is not required to complete.
Not Required Extra space not needed No bid
Extra Space if needed
Not Required Extra space not needed No bid
Extra Space if needed
Not Required Extra space not needed No bid
Extra Space if needed
3 Required Documents
Page 33 of 33 06/05/2025
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
EXHIBIT 1O-Q DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
Type of Federal Action: 2. Status of Federal Action: 3. Report Type:
❑ contract ❑ a. bid/offer/application ❑ a. initial
b: nt b. initial award b. material change
c. a perative agreement c. post-award
d. to For Material Chang nly:
e. loan arantee year qu er
f. loan ins ee date of last r ort
4. Name and ddress of Reporting Entity 5. If Reporting Entity in No.4 is S awardee,
Enter Name and Address of P me:
❑Prime �Subawardee
Tier if known
Congressional District if known Congressional Dist ' ,if known
6. Federal Department/Age 7. Federal Progra ame/Description:
CFDA Num r,if applicable
8. Federal Action Number,if kno 9. Award ount,if known:
10. Name and Address of Lobby Entity 11. Ind' duals Performing Services
(If individual,last name,first name,MI) (i luding address if different from No. 10)
ast name,first name,MI)
(attach Continua n n Sh t(s)if necessary)
12. Amount of Payment(check all that apply) 14. Type of Payment(check all that apply)
$ actual planned a. retainer
b. one-time fee
13. Form of Payment(check all that apply): c. commission
Ba. cash d. contingent fee
b. in-kind;specify:nature deferred
Value £ ther,specify
15. Brief Description of Services Performed or to be performed and Date( of Service,including
officer(s),employee(s),or member(s)contacted,for Payment Indicated i Item 12:
(attach Continuation Sheet(s)if necessary)
16. Continuation Sheet attached: Yes No
17.Information requested t ugh this form is authorized by Title
31 U.S.C.Section 13 . This disclosure of lobbying reliance Signature:
was placed by the ' r above when his transaction was made or
entered into. Th- disclosure is required pursuant to 31 U.S.C. Print Name: Tony Store
1352. This in rmation will be reported to Congress
semiannual and will be available for public inspection. Any Title: Chief Operating Officer
person w 6 fails to file the required disclosure shall be subject
to a civ' penalty of not less than$10,000 and not more than
/ederal
0 for each such failure. Telephone No.: 559-274-0300 Date:6!5/2025ion Authorized for Local Reproduct
se Only: Standard Form-LLL
9
Standard Form LLL Rev,04-28-06
Distribution: Orig-Local Agency Project Files
Page 1
LPP 13-01 May 8,2013
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity,whether subawardee or prime federal recipient at the
initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352.
The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or
attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or
an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional
information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material
change report. Refer to the implementing guidance published by the Office of Management and Budget for additional
information.
1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence,the outcome of a
covered federal action.
2. Identify the status of the covered federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information
previously reported,enter the year and quarter in which the change occurred. Enter the date of the last,previously submitted
report by this reporting entity for this covered federal action.
4. Enter the full name,address,city,state,and zip code of the reporting entity. Include Congressional District if known. Check the
appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the
tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to:
subcontracts,subgrants,and contract awards under grants.
5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address,city,state,and zip code of
the prime federal recipient. Include Congressional District,if known.
6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below
agency name,if known. For example,Department of Transportation,United States Coast Guard.
7. Enter the federal program name or description for the covered federal action(item 1). If known,enter the full Catalog of Federal
Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments.
8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g.,Request for
Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,
the application/proposal control number assigned by the federal agency). Include prefixes,e.g.,'RFP-DE-90-00 L"
9. For a covered federal action where there has been an award or loan commitment by the Federal agency,enter the federal amount
of the award/loan commitments for the prime entity identified in item 4 or 5.
10. Enter the full name,address,city,state,and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to
influence the covered federal action.
11. Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,
First Name and Middle Initial(MI).
12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(Item 4)to the lobbying entity
(Item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is
a material change report,enter the cumulative amount of payment made or planned to be made.
13. Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind
payment.
14. Check all boxes that apply. If other,specify nature.
15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the
date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal
officials. Identify the federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s)of Congress that
were contacted.
16. Check whether or not a continuation sheet(s)is attached.
17. The certifying official shall sign and date the form,and print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30-minutes per response,including time for reviewing
instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of
information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for
reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,D.C.20503. SF-
LLL-Instructions Rev.06-04
Page 2
LPP 13-01 May 8,2013
1%�ftr�i•.-1i�•1tl�fjNOi:---.'st•{/Nf j•i•.—.'t's� N/i� ; loo j i,—."i�,/t����tj•%a—ai�{l%�f•�i:—.'�i�,t�tl�,•+i•— "} �
'q!e N // 11 • t // It s•, •t•ffl t tt/•, .• ff l It •• r• ff l t1 i, ••f/ t •• r• ff llt /►• r•t ff/ lltt•�, k".
1/111lItiJ•it •.'fl {NNN/ !i •� r• ♦ 111NIft ♦t• r• f {lNllf/ I •a ,• ♦ {IIIII!► I •, ►s ♦ i11111llttltra r•,t f11111N1tt/ttt r•,1 {//i/1/!►i !J•4 Q• .
/tJJIII�i i�ffftfl ttII1J+ tf ""'-Mum
_ t „;.•f���rtlllltllli,/,,.,..,,\���r1111I1//�i,/ rllilltlli% ,���rt1111111ii,,/.n ,,�tNillll/lei, • u{, 1111111/1�i�
,
Eff
kilt
t\�
.•�i�a1.Y ` lk 211p�iy�f
a:
t•�•++a` t ��i:•
i ";+,. • �• - • - :1. i . • - -• - • • - - � ' v.7-�war
t- �'`r L fi �.,f>'` - —� � '-- `� � y'a•,,� . - a .� �. 6 �� � -,� R �.. l � _K. tt�"_ f� ``��� N,.
..Fa.`JI �1 �'♦ lf� �" '�/ `` 'I'i., I/ `�- I 3� 3 �,y- I�"'ice 3/�`J` / J'•• �J ``�y:4�/ it �/ %" J �-t
-Y � / F�,: I l M.�p;! ,� / \\
�`\f�'�t�t'r� ��\1�.^i/j1 i j+j` �`ft•"A IYA \f1• t/%I \ �'•I !' +` I
w .! S•1Jl�I/�r�j1�,``f//•��•ttt/'"11{Ilr,"At" -1JtAIIIIIII,`,ft/•t�•l/try�l'11��'lt,\{,fir•1tIJt//�+'��I'I�t11fff• •�tIJJ,II�'�"'I�r,1`,�/,••t/i,IJII"fll'I�t,�ff1•i.•t!I/I�1�'1��`tr1`f,1•�'}
` a.•ilji/llNiiil{{1fi•.' '.�i�t/tiliii1111�//i•.' JtlHltl//1�f/,•�•':�•i�tttllil/i1111>•fa•.' `.••J�irlN11i1111i!, ':O!1 1f1/11{�/i•.t L•i�trliliif1111ff�i•./ '.it�fl/l/11111/f�f�e/
'ata�,+����••i�i�a�.�a.:S..V�.r��1`++f,����y.�'•i•I.�,.n{�••�.+�•�'•l+.f�������+��+ ,�'�rl�j���•w��+ �a��••i�t��•►r++•—..�•'i.•;:H`�+i�+� '�:
Local Assistance Procedures Manual Exhibit 15-G
Construction Contract DBE Commitment
Exhibit 15-G: Construction Contract DBE Commitment
1. Local Agency: Coup of Fresno _ 2.Contract DBE Goal: 21%
3. Project Description: Bridge Removal, Pre-Stressed Concrete Bridge Construction
4. Project Location: Fresno, CA _ _
5. Bidder's Name: Cal Valey Construction, Inc. 6.Prime Certified DBE: El7.Bid Amount $3,099,414.80
8. Total Dollar Amount for ALL Subcontractors: 1 336 500.00 9.Total Number of ALL Subcontractors: 3
10. Bid 11.Description of Work, Service, or 12.NAICS or 13. DBE 14. DBE Contact Information 15. DBE
Item Materials Supplied Work Certification (Must be certified on the date bids are Dollar
Number Category Number opened) Amount
Codes
27 49-54 Concrete structures, 6 CI H,Prestressing C5100,C8331, Chapco Construction,I.I.C.
CIP Concrete,Rebar,Channel Lining, C5105,237310, 52778 6000 Mortono St.,Sacramento,CA 95828 $1,215,500.00
56-58 Concrete Barrier,Mobilization partial-Structures 237990,238110
CHI 916-206-5088
Local Agency to Complete this Section upon Execution of Award 16. TOTAL CLAIMED DBE PARTICIPATION
S
0,0 0►
22. Local Agency Contract Number: 25-03-C .215,500.012
23. Federal-Aid Project Number: BRLO-5942(237) 0.00-0. %
24. Bid Opening Date: 6/5/2025 39.22
25.Contract Award Date: 6/24/2025
26.Award Amount: IMPORTANT: Identify all DBE firms being claimed for credit,regardless of
$3,099,414.80 tier.Names of the First Tier DBE Subcontractors and their respective
item(s)of work listed above must be consistent,where applicable with the
Local Agency certifies that all DBE certifications are valid and names and items of the work in the"Subcontractor List"submitted with your
information on this form is complete and accurate. bid.Written confirmation of each listed DBE is required.
l� 6/24/2025 / !7 6/6/2025
27, cal Agency Represe tive's Sfgnature 28. Date 17. Preparer's Ignature 18.Date
Jackie Wongsing 559-600-4543 Tony St0relli 559-274-0300
29. Local Agency Representative's Name 30.Phone 19.Preparer's Name 20.Phone
Staff Analyst Chief Operating Officer
31.Local Agency Representative's Title 21.Preparer's Title
DISTRIBUTION: 1.Original-Local Agency
2. Copy-Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DLAE within 30 days of contract execution
may result in de-obligation of federal funds on contract.
3. Include additional copy with award package.
Page 1 of 2
January 2023
(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
their bid.)
GUARANTY
To the Owner: County of Fresno
CONTRACT NUMBER 25-03-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 (12) months
after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse
the Owner, upon demand, for its expenses incurred in restoring said work to the condition
contemplated in said project, including the cost of any such equipment or materials replaced
and the cost of removing and replacing any other work necessary to make such replacement or
repairs, or, upon demand by the Owner, to replace any such material and to repair said work
completely without cost to the Owner so that said work will function successfully as originally
contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself
or to have such replacements or repairs done by the undersigned. In the event the Owner elects
to have said work performed by the undersigned, the undersigned agrees that the repairs shall
be made and such materials as are necessary shall be furnished and installed within a
reasonable time after the receipt of demand from the Owner.
Name (Printed): Tony Stor '
Signatur
Title: Chiefper �' ns Officer
Date: ] 2 2 Contractor: Cal Valley Construction, Inc.
Contract Number 25-03-C Proposal 19
AGREEMENT
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between Cal Valley
Construction, Inc. hereinafter called the Contractor, and the County of Fresno hereinafter
called the Owner, both of whom may be referred to individually as a "Party" or jointly as "Parties."
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:
HOUGHTON CANAL BRIDGE REPLACEMENT AT N. CHATEAU FRESNO AVENUE
N. CHATEAU FRESNO AVENUE, 0.5 MILES SOUTH OF BELMONT AVENUE
FEDERAL PROJECT NUMBER: BRLO-5942(237)
CONTRACT NUMBER: 25-03-C
All in strict compliance with the plans, drawings and specifications, and other contract documents
prepared by the Owner 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, all of which are 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 2023, 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 THREE MILLION NINETY-NINE THOUSAND FOUR HUNDRED
FOURTEEN DOLLARS AND 80/100 ($3,099,414.80) 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.
Contract Number 25-03-C Agreement - 1
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 (as defined in California Department of Transportation Standard
Specifications 1-1.07, and as modified by Owner's Special Provisions), then the Owner may, upon
certificate of the Engineer, serve written notice upon the Contractor and their surety of its intention
to terminate the contract, and unless within five (5) 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 (5) days, cease and terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof
upon the surety and the Contractor, and the surety shall have the right to take over and perform
the Contract, provided, however, that if the surety within ten (10) days after the serving upon it of
notice of termination does not give the Owner written notice of its intention to take over and
perform the Contract or does not commence performance thereof within the ten (10) days stated
above from the date of the serving of such notice, the Owner may take over the Work and
prosecute the same to completion by contract or by any other method it may deem advisable, for
the account and at the expense of the Contractor, and the Contractor and their surety shall be
liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the
Owner may without liability for so doing, take possession of and utilize in completing the Work
such materials, appliances, construction 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 exceeds 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 Owner, State of California,
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 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 Owner in connection with the performance, or failure to perform,
by Contractor, its officers, agents or employees under this Agreement and the Contract, 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 Owner 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 Owner's request, defend the Owner,
its officers, agents, and employees from any and all costs and expenses, damages, liabilities,
claims, and losses occurring or resulting to Owner in connection with the performance, or failure
to perform, by Contractor, its officers, agents, or employees under this Agreement and Contract,
Contract Number 25-03-C Agreement - 2
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 and
Contract.
The Certificate of Insurance shall be issued 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 Owner may, in addition to other remedies it may have, suspend or terminate this Agreement
upon the occurrence of such event.
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 Owner'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:
Liability Insurance Requirements
For each Aggregate for General Umbrella or
Total bid occurrence products/completed aggregate excess
operation liabilit °
:5 $1,000,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000
> $1,000,000
:5 $10,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000
> $10,000,000
:5 $25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000
> $25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000
'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. Owner 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.
Contract Number 25-03-C Agreement - 3
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 and Contract are concerned. Such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance, maintained
by Owner, 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 Owner. Contractor
shall obtain endorsements to the Commercial General Liability insurance policy naming the
County of Fresno 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 with the applicable contract number
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 and Contract 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 Owner.
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 and Contract are concerned.
Such coverage for additional insured shall apply as primary insurance and any other insurance,
or self-insurance, maintained by Owner, 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 Owner.
B. Automobile Liability
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 must include any auto
used in connection with this Agreement and Contract.
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 three (3) year tail coverage.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor Code.
Contract Number 25-03-C Agreement - 4
E. Course of Construction (Builder's All Risk)
Course of Construction Insurance in an amount equal to the Contractor's total bid for the project
including the base bid and all additive bid(s), if any, with no coinsurance penalty provision. Full
compensation for providing this insurance shall be considered to be included in the contract price
bid therefor. Prior to commencing with construction of the project, the Contractor will be
required to provide proof of such insurance.
ARTICLE VI. Contractor represents that he or she 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 to comply with said
provisions of said Code. Contractor shall supply the Owner with certificates of insurance
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 to the Owner.
ARTICLE VII. The Contractor shall forthwith furnish in duplicate, a faithful performance bond in
an amount equal to one hundred percent (100%) of the Contract price and a payment bond in an
amount equal to one hundred percent (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 their 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 Vill. 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 Owner to furnish timely all information necessary
for Owner's completion of the form required to be submitted by Owner when registering the Project
on the DIR website; and Owner thereafter shall provide to Contractor the "Project ID Number"
assigned by DIR in order to facilitate Contractor's submission to DIR of its certified payrolls for
the Project, in the manner required and using such form as may be prescribed by DIR, in
accordance with the provisions of Labor Code section 1771.4(a)(3).
Contract Number 25-03-C Agreement - 5
ARTICLE IX: Governing Law— Venue for any action arising out of or relating to this Agreement
and Contract shall be in Fresno County, California. This Agreement and Contract shall be
governed by the laws of the State of California.
ARTICLE X: 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://ofac.treasury.gov/sanctions-programs-and-country-information/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://sanctionslist.ofac.treas.gov/Home/SdnList).
ARTICLE XI: 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 XII: REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION
CONTRACTS The provisions of the Exhibit 12-G Required Federal-Aid Contract Language
including the provisions of 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 XIII: 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.
This Contract, 25-03-C, was awarded by the Board of Supervisors on June 24, 2025. 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.
Contract Number 25-03-C Agreement - 6
IN WITNESS WHEREOF, they have executed this Agreement this h day of
Tu// , 2025
CAL VALLEY CONSTRUCTION, INC. COUNTY OF FRESNO
(CONTR T R) (OWNER)
By
To li Ernest"Buddy" Me es, Chairman
of the Board of Supervisors of the
County of Fresno
Title Chief Operations Officer
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By
Deputy
Contract Number 25-03-C Agreement- 7
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
EXHIBIT 12-G: REQUIRED FEDERAL-AID CONTRACT LANGUAGE
(For Local Assistance Construction Projects)
The following language must be incorporated into all Local Assistance Federal-aid construction contracts.
The following language, with minor edits, was taken from the Code of Federal Regulations.
MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS
SECTION
1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) ......................................................................................2
A. Nondiscrimination Statement................................................................................................................3
B. Contract Assurance...............................................................................................................................3
C. Prompt Progress Payment....................................................................................................................3
D. Prompt Payment of Withheld Funds to Subcontractors.....................................................................3
E. Termination and Replacement of DBE Subcontractors......................................................................4
F. Commitment and Utilization..................................................................................................................6
G. Running Tally of Attainments................................................................................................................7
H. Commercially Useful Function..............................................................................................................7
I. Use of Joint Checks ..............................................................................................................................8
2. BID OPENING.......................................................................................................................................................9
3. BID RIGGING........................................................................................................................................................9
4. CONTRACT AWARD............................................................................................................................................9
5. CONTRACTOR LICENSE....................................................................................................................................9
6. CHANGED CONDITIONS.....................................................................................................................................9
A. Differing Site Conditions.......................................................................................................................9
B. Suspensions of Work Ordered by the Engineer..................................................................................9
C. Significant Changes in the Character of Work..................................................................................10
7. BEGINNING OF WORK,TIME OF COMPLETION AND LIQUIDATED DAMAGES.........................................10
8. BUY AMERICA...................................................................................................................................................10
9. QUALITY ASSURANCE.....................................................................................................................................11
10. PROMPT PAYMENT..........................................................................................................................................12
11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS............................12
12. FEMALE AND MINORITY GOALS ....................................................................................................................12
13. TITLE VI ASSURANCES....................................................................................................................................14
14. FEDERAL TRAINEE PROGRAM.......................................................................................................................19
15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND
SERVICES..........................................................................................................................................................20
Page 1 of 18
Agreement - 8 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
1. DISADVANTAGED BUSINESS ENTERPRISES (DBE)
The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs
have opportunity to participate in the contract(49 CFR 26). To ensure equal participation of DBEs provided in 49
CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs
and select work parts consistent with available DBE subcontractors and suppliers.
The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that
they made adequate Good Faith Efforts (GFE)to meet this goal.An adequate GFE means that the bidder must
show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and
appropriateness to the objective, could reasonably be expected to meet the DBE goal.
If the DBE goal is not met, the contractor needs to complete and submit the DBE GFE documentation as
described in Local Assistance Procedures Manual (LAPM)Chapter 9, Section 9.8 within 5 (five) days of bid
opening.
It is the prime contractor's responsibility to verify that the DBE firm is certified as a DBE on the date of bid
opening by using the California Unified Certification Program (CUCP)database and possesses the most specific
available North American Industry Classification System (NAICS)codes and Work Code applicable to the type of
work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this
verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found
at: https://dot.ca.gov/programs/civil-rights/dbe-search.
DBE participation will only count toward the California Department of Transportation's federally mandated
statewide overall DBE goal if the DBE performs a commercially useful function under 49 CFR 26.55.
Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the
following manner:
• 100 percent counts if the materials or supplies are obtained from a DBE manufacturer.
• 60 percent counts if the materials or supplies are obtained from a DBE regular dealer.
• Only fees, commissions, and charges for assistance in the procurement and delivery of materials or
supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer.49 CFR 26.55
defines "manufacturer" and "regular dealer."
The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a
commercially useful function as defined in 49 CFR 26.55(d) as follows:
• The DBE must be responsible for the management and supervision of the entire trucking operation for
which it is responsible on a particular contract, and there cannot be a contrived arrangement for the
purpose of meeting DBE goals.
• The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on
the contract.
• The DBE receives credit for the total value of the transportation services it provides on the Contract
using trucks it owns, insures, and operates using drivers it employs.
• The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a
DBE. The DBE who leases trucks from another DBE receives credit for the total value of the
transportation services the lessee DBE provides on the Contract.
• The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE that
leases trucks equipped with drivers from a non-DBE is entitled to credit for the total value of
transportation services provided by non-DBE leased trucks equipped with drivers not to exceed the
value of transportation services on the contract provided by DBE-owned trucks or leased trucks with
DBE employee drivers. Additional participation by non-DBE owned trucks equipped with drivers
receives credit only for the fee or commission it receives as a result of the lease arrangement.
• The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases
trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to
credit for the total value of these hauling services.
Page 2 of 18
Agreement - 9 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
• A lease must indicate that the DBE has exclusive use of and control over the truck. This does not
preclude the leased truck from working for others during the term of the lease with the consent of the
DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks
must display the name and identification number of the DBE.
A. Nondiscrimination Statement
The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any
person the benefits of, or otherwise discriminate against anyone in connection with the award and performance
of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the
Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not,
directly, or through contractual or other arrangements, use criteria or methods of administration that have the
effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with
respect to individuals of a particular race, color, sex, or national origin.
B. Contract Assurance
Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR 26 in the award and administration of federal-aid contracts. Failure by the
contractor to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the recipient deems appropriate, which may include, but
is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages;and/or
(4) Disqualifying the contractor from future bidding as non-responsible.
C. Prompt Progress Payment
In accordance with California Business and Professions Code section 7108.5, the prime contractor or
subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment,
unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work
performed by the subcontractors, to the extent of each subcontractor's interest therein. In the event that there is
a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor
or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150
percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action
and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per
month for every month that payment is not made.
In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her
attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in
addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non-
DBE subcontractors.
D. Prompt Payment of Withheld Funds to Subcontractors
The Agency may hold retainage from the prime contractor and shall make prompt and regular incremental
acceptances of portions, as determined by the Agency, of the contract work, and pay retainage to the prime
contractor based on these acceptances. The Agency shall designate one of the methods below in the contract to
ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a
subcontractor. The Agency shall include either Method 1, Method 2, or Method 3 below and delete the other two.
Method 3: The Agency shall hold retainage from the prime contractor and shall make prompt and regular
incremental acceptances of portions, as determined by the Agency of the contract work and pay retainage to
the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all
monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work
satisfactorily completed and accepted including incremental acceptances of portions of the contract work by
the Agency. Any delay or postponement of payment may take place only for good cause and with the
Page 3 of 18
Agreement - 10 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
Agency's prior written approval. Any violation of these provisions shall subject the violating prime contractor
or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California
Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement
shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise
available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment
by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This
clause applies to both DBE and non-DBE subcontractors.
Any violation of these provisions of Prompt Progress Payment and Prompt Payment of Withheld Funds to
Subcontractors shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other
remedies specified therein. These requirements shall not be construed to limit or impair any contractual,
administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a
dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or
noncompliance by a subcontractor.
E. Termination and Replacement of DBE Subcontractors
The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which
each is listed unless the contractor obtains the Agency's written consent. The prime contractor shall not
terminate or replace a listed DBE for convenience and perform the work with their own forces or obtain materials
from other sources without prior written authorization from the Agency. Unless the Agency's prior written consent
is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or
supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the
Bid.
Termination of DBE Subcontractors
After a contract with a specified DBE goal has been executed, termination of a DBE may be allowed for the
following, but not limited to,justifiable reasons with prior written authorization from the Agency:
1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the
project.
2. The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE
fails to meet the Local Agency's bond requirements.
3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors
License Law, or is not properly registered with the California Department of Industrial Relations as a
public works contractor.
4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to
perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or
discrimination).
5. Listed DBE's work is unsatisfactory and not in compliance with the contract.
6. Listed DBE is ineligible to work on the project because of suspension or debarment.
7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness.
8. Listed DBE voluntarily withdraws with written notice from the Contract
9. Listed DBE is ineligible to receive credit for the type of work required.
10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract.
11. The Agency determines other documented good cause.
To terminate a DBE or to terminate a portion of a DBE's work, the contractor must use the following procedures:
1. Send a written notice to the DBE of Contractor's intent to use other forces or material sources and
include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to
the Agency. The written notice to the DBE must request they provide any response within five (5)
business days to both the Contractor and the Agency by either acknowledging their agreement or
documenting their reasoning as to why the use of other forces or sources of materials should not occur.
2. If the DBE does not respond within 5 business days, Contractor may move forward with the request as if
the DBE had agreed to Contractor's written notice.
Page 4 of 18
Agreement - 11 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
3. Submit Contractor's DBE termination request by written letter to the Agency and include:
• One or more above listed justifiable reasons along with supporting documentation.
• Contractor's written notice to the DBE regarding the request, including proof of transmission and
tracking documentation of Contractor's written notice
• The DBE's response to Contractor's written notice, if received. If a written response was not
provided, provide a statement to that effect.
The Agency shall respond in writing to Contractor's DBE termination request within 5 business days.
Replacement of DBE Subcontractors
After receiving the Agency's written authorization of DBE termination request, the Contractor must obtain the
Agency's written agreement for DBE replacement. The Contractor must find or demonstrate GFEs to find
qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment.
The following procedures shall be followed to request authorization to replace a DBE firm:
1. Submit a request to replace a DBE with other forces or material sources in writing to the Agency which
must include:
a. Description of remaining uncommitted work items made available for replacement DBE solicitation
and participation.
b. The proposed DBE replacement firm's business information, the work they have agreed to
perform, and the following:
• Quote for bid item work and description of work to be performed
• Proposed subcontract agreement and written confirmation of agreement to perform on the
Contract
• Revised Subcontracting Request form
• Revised Exhibit 15-G: Construction Contract DBE Commitment
2. If Contractor has not identified a DBE replacement firm, submit documentation of the Contractor's GFEs to
use DBE replacement firms within 7 days of Agency's authorization to terminate the DBE. The Contractor
may request the Agency's approval to extend this submittal period to a total of 14 days. Submit
documentation of actions taken to find a DBE replacement firm, such as:
• Search results of certified DBEs available to perform the original DBE work identified and/or other
work the Contractor had intended to self-perform, to the extent needed to meet the DBE
commitment
• Solicitations of DBEs for performance of work identified
• Correspondence with interested DBEs that may have included contract details and requirements
• Negotiation efforts with DBEs that reflect why an agreement was not reached
• If a DBE's quote was rejected, provide Contractor's reasoning for the rejection, such as why the
DBE was unqualified for the work, or why the price quote was unreasonable or excessive
• Copies of each DBE's and non-DBE's price quotes for work identified, as the Agency may contact
the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher
• Additional documentation that supports the GFE
The Agency shall respond in writing to the Contractor's DBE replacement request within five (5) business days.
The Contractor must submit a revised Subcontracting Request form if the replacement plan is authorized by the
Agency.
Page 5 of 18
Agreement - 12 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
F. Commitment and Utilization
The Agency's DBE program must include a monitoring and enforcement mechanism to ensure that DBE
commitments reconcile to DBE utilization.
The bidder shall complete and sign Exhibit 15-G: Construction Contract DBE Commitment included in the
contract documents regardless of whether DBE participation is reported. The bidder shall provide written
confirmation from each DBE that the DBE is participating in the Contract. LAPM Exhibit 9-I: DBE Confirmation or
equivalent form and DBE's quote must be submitted. The written confirmation must be submitted no later than
4pm on the 5th day after bid opening. If a DBE is participating as a joint venture partner, the bidder shall submit
a copy of the joint venture agreement.
If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by
all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment
form within the specified time, the Agency will find the bidder's bid nonresponsive.
The prime contractor shall use each DBE subcontractor as listed on Exhibit 15-G: Construction Contract DBE
Commitment unless they receive written authorization for a termination or replacement from the Agency.
The Agency shall request the prime contractor to:
1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation
2. Provide this notification before starting the affected work
3. Maintain records including:
• Name and business address of each 1 st-tier subcontractor
• Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company,
regardless of tier
• Date of payment and total amount paid to each DBE (see Exhibit 9-F: Monthly Disadvantaged
Business Enterprise Payment)
If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and
the corresponding value of the work.
Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM
Exhibit 16-Z1)form.
If a DBE is decertified before completing its work, the DBE must notify the prime contractor in writing of the
decertification date. If a business becomes a certified DBE before completing its work, the business must notify
the prime contractor in writing of the certification date. The prime contractor shall submit the notifications. Upon
work completion, the prime contractor shall complete a Disadvantaged Business Enterprises (DBE)Certification
Status Change, Exhibit 17-0, form and submit the form within 30 days of contract acceptance.
Upon work completion, the prime contractor shall complete Exhibit 17-F: Final Report— Utilization of
Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors and submit it within 90 days of contract
acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold
upon submission of the completed form.
G. Running Tally of Attainments
For projects awarded on or after March 1, 2020, but before September 1, 2023:
After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the
following month, the prime contractor/consultant must complete and email the Exhibit 9-F: Disadvantaged
Business Enterprise Running Tally of Payments to business.support.unit(cDdot.ca.gov with a copy to local
administering agencies.
For projects that are awarded on or after September 1, 2023:
Exhibit 9-F is no longer required. Instead, by the 15th of the month following the month of any payment(s), the
prime contractor must now submit Exhibit 9-P to the Local Agency administering the contract. If the Contractor
does not make any payments to subcontractors, supplier(s)and/or manufacturers they must report"no
payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P.
Page 6 of 18
Agreement - 13 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
H. Commercially Useful Function
DBEs must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or
supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE
commitment if the DBE performs a CUF. A DBE performs a CUF when it is responsible for execution of the work
on the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work
involved. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with
its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected
on the basis of normal industry practice for the type of work involved, it will be presumed that the DBE is not
performing a CUF. Additionally, the DBE must also be responsible, with respect to materials and supplies used
on the contract, for negotiating price, determining quality and quantity, ordering the material and installing (where
applicable), and paying for the material itself.
The Contractor must perform CUF evaluation for each DBE company working on a federal-aid contract, with or
without a DBE goal. Perform a CUF evaluation at the beginning of the DBE's work, and continue to monitor the
performance of CUF for the duration of the project.
The Contractor must provide written notification to the AGENCY at least 15 days in advance of each DBE's initial
performance of work or supplying materials for the Contract. The notification must include the DBE's name, work
the DBE will perform on the contract, and the location, date, and time of where their work will take place.
Within 10 (ten)days of a DBE initially performing work or supplying materials on the contract, the Contractor
shall submit to the LPA the initial evaluation and validation of DBE performance of a CUF using the LAPM 94
Disadvantaged Business Enterprise Commercially Useful Function Evaluation. Include the following information
with the submittal:
• Subcontract agreement with the DBE
• Purchase orders
• Bills of lading
• Invoices
• Proof of payment
The Contractor must monitor all DBE's performance of CUF by conducting quarterly evaluations and validations
throughout their duration of work on the contract using the LAPM 94 DBE Commercially Useful Function
Evaluation. The Contractor must submit to the AGENCY these quarterly evaluations and validations by the 5th of
the month for the previous three (3) months of work.
The Contractor must notify the AGENCY immediately if the Contractor believes the DBE may not be performing
a CUF.
The AGENCY will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM
94 DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and
through any additional AGENCY evaluations. The AGENCY must evaluate DBEs and their CUF performance
throughout the duration of a Contract. The AGENCY will provide written notice to Contractor and DBE at least
two(2) business days prior to any evaluation. The Contractor and DBE must participate in the evaluation. Upon
completing the evaluation, the AGENCY must share the evaluation results with the Contractor and DBE. An
evaluation could include items that must be remedied upon receipt. If the AGENCY determines the DBE is not
performing a CUF the Contractor must suspend performance of the noncompliant work.
The Contractor and DBEs must submit any additional CUF related records and documents within five (5)
business days of AGENCY's request such as:
• Proof of ownership or lease and rental agreements for equipment
• Tax records
• Employee rosters
• Certified payroll records
• Inventory rosters
Failure to submit required DBE Commercially Useful Function Evaluation forms or requested records and
Page 7 of 18
Agreement - 14 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
documents can result in withholding of payment for the value of work completed by the DBE.
If the Contractor and/or the AGENCY determine that a listed DBE is not performing a CUF in performance of
their DBE committed work, immediately suspend performance of the noncompliant portion of the work. The
AGENCY may deny payment for the noncompliant portion of the work. The AGENCY will ask the Contractor to
submit a corrective action plan (CAP)to the AGENCY within five (5)days of the noncompliant CUF
determination. The CAP must identify how the Contractor will correct the noncompliance findings for the
remaining portion of the DBE's work. The AGENCY has five (5) days to review the CAP in conjunction with the
prime contractor's review. The Contractor must implement the CAP within five (5)days of the AGENCY's
approval. The AGENCY will then authorize the prior noncompliant portion of work for the DBE's committed work.
If corrective actions cannot be accomplished to ensure the DBE performs a CUF on the Contract,then the
Contractor may have good cause to request termination of the DBE.
I. Use of Joint Checks
A joint check may be used between the Contractor or lower-tier subcontractor and a DBE subcontractor
purchasing materials from a material supplier if the contractor obtains prior approval from the LPA for the
proposed use of joint check upon submittal of the LAPM 9-K: DLA Disadvantaged Business Enterprises (DBE)
Joint Check Agreement Request form.
To use a joint check, the following conditions must be met:
• All parties, including the Contractor, must agree to the use of a joint check
• Entity issuing the joint check acts solely to guarantee payment
• DBE must release the check to the material supplier
• LPA must authorize the request before implementation
• Any party to the agreement must provide requested documentation within 10 days of the LPA's request
for the documentation
• Agreement to use a joint check must be short-term, not to exceed 1 year, allowing sufficient time
needed to establish or increase a credit line with the material supplier
A request for a joint check agreement may be initiated by any party. If a joint check is used, the DBE remains
responsible for all elements of 49 CFR 26.55(c)(1).
Failure to comply with the above requirements disqualifies DBE participation and results in no credit and no
payment to the Contractor for DBE participation.
A joint check may not be used between the Contractor or subcontractor and a DBE regular dealer, bulk material
supplier, manufacturer, wholesaler, broker, trucker, packager, manufacturer's representative, or other persons
who arrange or expedite transactions.
2. BID OPENING
The Agency publicly opens and reads bids at the time and place shown on the Notice to Contractors.
3. BID RIGGING
The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the
hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800)424-
9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of
the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under
the direction of the DOT Inspector General.
4. CONTRACT AWARD
If the Agency awards the contract,the award is made to the lowest responsible and responsive bidder.
5. CONTRACTOR LICENSE
The Contractor must be properly licensed as a contractor from contract award through Contract acceptance(23
CFR 635.110).
6. CHANGED CONDITIONS
A. Differing Site Conditions
1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site
differing materially from those indicated in the contract or if unknown physical conditions of an unusual
Page 8 of 18
Agreement - 15 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
nature, differing materially from those ordinarily encountered and generally recognized as inherent in the
work provided for in the contract, are encountered at the site, the party discovering such conditions shall
promptly notify the other party in writing of the specific differing conditions before the site is disturbed and
before the affected work is performed.
2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the
conditions materially differ and cause an increase or decrease in the cost or time required for the
performance of any work under the contract, an adjustment, excluding anticipated profits,will be made
and the contract modified in writing accordingly. The engineer will notify the contractor of the
determination whether or not an adjustment of the contract is warranted.
3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor
has provided the required written notice.
4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work.
[This provision may be omitted by the Local Agency, at their option.]
B. Suspensions of Work Ordered by the Engineer
1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for
an unreasonable period of time (not originally anticipated, customary, or inherent to the construction
industry)and the contractor believes that additional compensation and/or contract time is due as a result
of such suspension or delay, the contractor shall submit to the engineer in writing a request for
adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the
reasons and support for such adjustment.
2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost
and/or time required for the performance of the contract has increased as a result of such suspension
and the suspension was caused by conditions beyond the control of and not the fault of the contractor,
its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make
an adjustment(excluding profit) and modify the contract in writing accordingly. The contractor will be
notified of the engineer's determination whether or not an adjustment of the contract is warranted.
3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment
within the time prescribed.
4. No contract adjustment will be allowed under this clause to the extent that performance would have been
suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any
other term or condition of this contract.
C. Significant Changes in the Character of Work
1. The engineer reserves the right to make, in writing, at any time during the work, such changes in
quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such
changes in quantities and alterations shall not invalidate the contract nor release the surety, and the
contractor agrees to perform the work as altered.
2. If the alterations or changes in quantities significantly change the character of the work under the
contract, whether such alterations or changes are in themselves significant changes to the character of
the work or by affecting other work cause such other work to become significantly different in character,
an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment
shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an
adjustment will be made either for or against the contractor in such amount as the engineer may
determine to be fair and equitable.
3. If the alterations or changes in quantities do not significantly change the character of the work to be
performed under the contract,the altered work will be paid for as provided elsewhere in the contract.
4. The term "significant change"shall be construed to apply only to the following circumstances:
• When the character of the work as altered differs materially in kind or nature from that involved or
included in the original proposed construction; or
• When a major item of work, as defined elsewhere in the contract, is increased in excess of 125
percent or decreased below 75 percent of the original contract quantity. Any allowance for an
increase in quantity shall apply only to that portion in excess of 125 percent of original contract
item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.
Page 9 of 18
Agreement - 16 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
7. BEGINNING OF WORK,TIME OF COMPLETION AND LIQUIDATED DAMAGES
Not used. See Specifications Section 8-1.04.
8. BUY AMERICA
Buy America Requirements apply to steel and iron, manufactured products, and construction materials
permanently incorporated into the project.
Steel and Iron Materials
All steel and iron materials must be melted and manufactured in the United States except:
1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production
of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];
2. If the total combined cost of the materials produced outside the United States does not exceed the
greater of 0.1 percent of the total contract amount or$2,500, materials produced outside the United
States may be used if authorized.
Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill
test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. All melting
and manufacturing processes for these materials, including an application of a coating, must occur in the United
States. Coating includes all processes that protect or enhance the value of the material to which the coating is
applied.
Manufactured Products
Iron and steel used in precast concrete manufactured products must meet the requirements of the above section
(Steel and Iron Materials) regardless of the amount used. Iron and steel used in other manufactured products
must meet the requirements of the above section (Steel and Iron Materials) if the weight of steel and iron
components constitute 90 percent or more of the total weight of the manufactured product.
Construction Materials
Buy America requirements apply to the following construction materials that are or consist primarily of:
1. Non-ferrous metals
2. Plastic and polymer-based products such as:
2.1 Polyvinylchloride
2.2 Composite Building Materials
3. Glass
4. Fiber optic cable(including drop cable)
5. Optical fiber
6. Lumber
7. Engineered wood
8. Drywall
All manufacturing processes for these materials as defined in 2 CFR 184.6 must occur in the United States.
Where one or more of these construction materials have been combined by a manufacturer with other materials
through a manufacturing process, Buy America requirements do not apply unless otherwise specified.
Furnish construction materials to be incorporated into the work with certificates of compliance with each project
delivery. Manufacturer's certificate of compliance must identify where the construction material was
manufactured and attest specifically to Buy America compliance.
All manufacturing processes for these materials must occur in the United States.
Buy America requirements do not apply to the following:
1. Tools and construction equipment used in performing the work
2. Temporary work that is not incorporated into the finished project
Page 10 of 18
Agreement - 17 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
Waivers
If Buy America waivers are granted, use the following language to include in the contract:
The following steel and iron products, manufactured products, or construction materials have received an
approved Buy America waiver for this contract, and therefore, are not subject to Buy America requirements:
1.
2.
9. QUALITY ASSURANCE
The Local Agency uses a Quality Assurance Program (QAP)to ensure a material is produced to comply with the
Contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they
are available at the job site. Schedule work to allow time for QAP.
10. PROMPT PAYMENT
A. FROM THE AGENCY TO THE CONTRACTORS
The Local Agency shall make all project progress payment within 30 days after receipt of an undisputed and
properly submitted payment request from the Contractor on a construction contract. If the Local Agency fails
to pay promptly, the Local Agency shall pay interest to the Contractor, which accrues at the rate of 10
percent per annum on the principal amount of a money judgment remaining unsatisfied and pro-rated as
necessary. Upon receipt of the payment request, the Local Agency shall act in accordance with both of the
following:
1. The Local Agency shall review each payment request as soon as feasible after receipt to verify it is a
proper payment request.
2. The Local Agency must return any payment request deemed improper by the Local Agency to the
Contractor as soon as feasible, but not later than seven (7) days, after receipt. A request returned
pursuant to this paragraph shall include documentation setting forth in writing the reasons why it is an
improper payment request.
B. SUBMITTAL OF EXHIBIT 9-P
For projects awarded on or after September 1, 2023:
The Contractor must submit Exhibit 9-P to the Local Agency administering the contract by the 15th of the
month following the month of any payment(s). If the Contractor does not make any payments to
subcontractors, supplier(s)and/or manufacturers they must report"no payments were made to subs this
month" and write this visibly and legibly on Exhibit 9-P.
The Local Agency must verify all Exhibit 9-P information, monitor compliance with prompt payment
requirements for DBE and non-DBE firms, and address any shortfall to the DBE commitment and prompt
payment issues until the end of the project. The Local Agency must email a copy of Exhibit 9-P to
DBE.Forms(o-)dot.ca.gov before the end of the month after receiving the Exhibit 9-P from the Contractor.
11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS
[Form FHWA-1273 must be physically inserted into the contract without modification, excluding ATTACHMENT
A -EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY
SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS.]
(The current version of Form FHWA-1273 is accessible at FHWA's website:
httos://www.fhwa.dot.gov/programadmin/contracts/1273/1273.pdfl
Page 11 of 18
Agreement - 18 October 2023
Exhibit A
FHWA-1273—Revised October 23,2023
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
performed on the contract by the contractor's own organization
I. General and with the assistance of workers under the contractor's
II. Nondiscrimination immediate superintendence and to all work performed on the
III. Non-segregated Facilities contract by piecework,station work,or by subcontract. 23
IV. Davis-Bacon and Related Act Provisions CFR 633.102(d).
V. Contract Work Hours and Safety Standards Act
Provisions 3. A breach of any of the stipulations contained in these
VI. Subletting or Assigning the Contract Required Contract Provisions may be sufficient grounds for
VII. Safety:Accident Prevention withholding of progress payments,withholding of final
VIII. False Statements Concerning Highway Projects payment,termination of the contract,suspension/debarment
IX. Implementation of Clean Air Act and Federal Water or any other action determined to be appropriate by the
Pollution Control Act contracting agency and FHWA.
X. Certification Regarding Debarment,Suspension,
Ineligibility and Voluntary Exclusion 4. Selection of Labor:During the performance of this contract,
XI. Certification Regarding Use of Contract Funds for the contractor shall not use convict labor for any purpose
Lobbying within the limits of a construction project on a Federal-aid
XII. Use of United States-Flag Vessels: highway unless it is labor performed by convicts who are on
parole,supervised release,or probation. 23 U.S.C. 114(b).
ATTACHMENTS The term Federal-aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
A.Employment and Materials Preference for Appalachian 23 U.S.C. 101(a).
Development Highway System or Appalachian Local Access
Road Contracts(included in Appalachian contracts only)
II. NONDISCRIMINATION(23 CFR 230.107(a);23 CFR Part
230,Subpart A,Appendix A;EO 11246)
I. GENERAL
The provisions of this section related to 23 CFR Part 230,
1. Form FHWA-1273 must be physically incorporated in each Subpart A,Appendix A are applicable to all Federal-aid
construction contract funded under title 23,United States construction contracts and to all related construction
Code,as required in 23 CFR 633.102(b)(excluding subcontracts of$10,000 or more. The provisions of 23 CFR
emergency contracts solely intended for debris removal). The Part 230 are not applicable to material supply,engineering,or
contractor(or subcontractor)must insert this form in each architectural service contracts.
subcontract and further require its inclusion in all lower tier
subcontracts(excluding purchase orders,rental agreements In addition,the contractor and all subcontractors must comply
and other agreements for supplies or services). 23 CFR with the following policies:Executive Order 11246,41 CFR
633.102(e). Part 60,29 CFR Parts 1625-1627,23 U.S.C. 140,Section 504
of the Rehabilitation Act of 1973,as amended(29 U.S.C.794),
The applicable requirements of Form FHWA-1273 are Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C.
incorporated by reference for work done under any purchase 2000d et seq.),and related regulations including 49 CFR Parts
order,rental agreement or agreement for other services. The 21,26,and 27;and 23 CFR Parts 200,230,and 633.
prime contractor shall be responsible for compliance by any
subcontractor,lower-tier subcontractor or service provider. 23 The contractor and all subcontractors must comply with: the
CFR 633.102(e). requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b)and,for all construction contracts exceeding$10,000,
Form FHWA-1273 must be included in all Federal-aid design- the Standard Federal Equal Employment Opportunity
build contracts,in all subcontracts and in lower tier Construction Contract Specifications in 41 CFR 60-4.3.
subcontracts(excluding subcontracts for design services,
purchase orders,rental agreements and other agreements for Note:The U.S.Department of Labor has exclusive authority to
supplies or services)in accordance with 23 CFR 633.102. The determine compliance with Executive Order 11246 and the
design-builder shall be responsible for compliance by any policies of the Secretary of Labor including 41 CFR Part 60,
subcontractor,lower-tier subcontractor or service provider. and 29 CFR Parts 1625-1627. The contracting agency and
the FHWA have the authority and the responsibility to ensure
Contracting agencies may reference Form FHWA-1273 in compliance with 23 U.S.C. 140,Section 504 of the
solicitation-for-bids or request-for-proposals documents, Rehabilitation Act of 1973,as amended(29 U.S.C.794),and
however,the Form FHWA-1273 must be physically Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C.
incorporated(not referenced)in all contracts,subcontracts and 2000d et seq.),and related regulations including 49 CFR Parts
lower-tier subcontracts(excluding purchase orders,rental 21,26,and 27;and 23 CFR Parts 200,230,and 633.
agreements and other agreements for supplies or services
related to a construction contract). 23 CFR 633.102(b). The following provision is adopted from 23 CFR Part 230,
Subpart A,Appendix A,with appropriate revisions to conform
2. Subject to the applicability criteria noted in the following to the U.S.Department of Labor(US DOL)and FHWA
sections,these contract provisions shall apply to all work requirements.
Agreement - 19
1
Exhibit A
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
Agreement - 20
2
Exhibit A
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
Agreement - 21
3
Exhibit A
(1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117,and National Highway
minority group members and women employed in each work Freight Program projects funded under 23 U.S.C. 167.
classification on the project;
(2)The progress and efforts being made in cooperation The following provisions are from the U.S.Department of
with unions,when applicable,to increase employment Labor regulations in 29 CFR 5.5"Contract provisions and
opportunities for minorities and women;and related matters"with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
(3)The progress and efforts being made in locating,hiring,
training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5)
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of a. Wage rates and fringe benefits.All laborers and
mechanics employed
the project indicating the number of minority,women,and non-
minority group employees currently engaged in each work otherwise working in coo development of the
construction working upon the site of the work(or
classification required by the contract work. This information is project under a development statute),
),will paid
to be reported on Form FHWA-1391. The staffing data should unconditionally and not less often than oncea a week,and
without subsequent deduction or rebate
represent the project work force on board in all or any part of any account
the last payroll period preceding the end of July. If on-the-job (except such payroll deductions as are permitted training is being required by special provision,the contractor regulations issued by the Secretary of Labor underr
the
e
will be required to collect and report training data. The Copeland Act CFR part the full amount basic hourly
employment data should reflect the work force on board during wages and bonnaa fide fringe benefits(or cash equivalents
all or any part of the last payroll period preceding the end of thereof)due time of payment computed at rates not less
July. than those contained
tained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof,regardless of any contractual relationship which may
III.NONSEGREGATED FACILITIES be alleged to exist between the contractor and such laborers
and mechanics.As provided in paragraphs(d)and(e)of 29
This provision is applicable to all Federal-aid construction CFR 5.5,the appropriate wage determinations are effective by
contracts and to all related construction subcontracts of more operation of law even if they have not been attached to the
than$10,000. 41 CFR 60-1.5. contract.Contributions made or costs reasonably anticipated
for bona fide fringe benefits under the Davis-Bacon Act(40
As prescribed by 41 CFR 60-1.8,the contractor must ensure U.S.C.3141(2)(B))on behalf of laborers or mechanics are
that facilities provided for employees are provided in such a considered wages paid to such laborers or mechanics,subject
manner that segregation on the basis of race,color,religion, to the provisions of paragraph 1.e.of this section;also,regular
sex,sexual orientation,gender identity,or national origin contributions made or costs incurred for more than a weekly
cannot result. The contractor may neither require such period(but not less often than quarterly)under plans,funds,or
segregated use by written or oral policies nor tolerate such use programs which cover the particular weekly period,are
by employee custom. The contractor's obligation extends deemed to be constructively made or incurred during such
further to ensure that its employees are not assigned to weekly period.Such laborers and mechanics must be paid the
perform their services at any location under the contractor's appropriate wage rate and fringe benefits on the wage
control where the facilities are segregated. The term"facilities" determination for the classification(s)of work actually
includes waiting rooms,work areas,restaurants and other performed,without regard to skill,except as provided in
eating areas,time clocks,restrooms,washrooms,locker paragraph 4.of this section.Laborers or mechanics performing
rooms and other storage or dressing areas,parking lots, work in more than one classification may be compensated at
drinking fountains,recreation or entertainment areas, the rate specified for each classification for the time actually
transportation,and housing provided for employees. The worked therein:Provided,That the employer's payroll records
contractor shall provide separate or single-user restrooms and accurately set forth the time spent in each classification in
necessary dressing or sleeping areas to assure privacy which work is performed.The wage determination(including
between sexes. any additional classifications and wage rates conformed under
paragraph 1.c.of this section)and the Davis-Bacon poster
(WH-1321)must be posted at all times by the contractor and
IV. DAVIS-BACON AND RELATED ACT PROVISIONS its subcontractors at the site of the work in a prominent and
accessible place where it can be easily seen by the workers.
This section is applicable to all Federal-aid construction b.Frequently recurring classifications.(1)In addition to wage
projects exceeding$2,000 and to all related subcontracts and and fringe benefit rates that have been determined to be
lower-tier subcontracts(regardless of subcontract size),in prevailing under the procedures set forth in 29 CFR part 1,a
accordance with 29 CFR 5.5. The requirements apply to all
projects located within the right-of-way of a roadway that is wage determination may contain,pursuant §1.3 wage
laborers
and
functionally classified as Federal-aid highway. 23 U.S.C. 113. and fringe benefit rates for classifications of l
This excludes roadways functionally classified as local roads mechanics for which conformance requests are regularly
or rural minor collectors,which are exempt. 23 U.S.C. 101. submitted pursuant to paragraph 1.c.of this section,provided
Where applicable law requires that projects be treated as a that:
project on a Federal-aid highway,the provisions of this subpart
will apply regardless of the location of the project. Examples (i)The work performed by the classification is not
include:Surface Transportation Block Grant Program projects performed by a classification in the wage determination for
funded under 23 U.S.C. 133[excluding recreational trails which a prevailing wage rate has been determined;
projects],the Nationally Significant Freight and Highway
Agreement - 22
4
Exhibit A
(ii)The classification is used in the area by the under paragraphs 1.c.(3)and(4)of this section.The contractor
construction industry;and must furnish a written copy of such determination to each
affected worker or it must be posted as a part of the wage
(iii)The wage rate for the classification bears a reasonable determination.The wage rate(including fringe benefits where
relationship to the prevailing wage rates contained in the appropriate)determined pursuant to paragraph 1.c.(3)or(4)of
wage determination. this section must be paid to all workers performing work in the
classification under this contract from the first day on which
work is performed in the classification.
(2)The Administrator will establish wage rates for such
classifications in accordance with paragraph 1.c.(1)(iii)of this d.Fringe benefits not expressed as an hourly rate.
section.Work performed in such a classification must be paid Whenever the minimum wage rate prescribed in the contract
at no less than the wage and fringe benefit rate listed on the for a class of laborers or mechanics includes a fringe benefit
wage determination for such classification. which is not expressed as an hourly rate,the contractor may
either pay the benefit as stated in the wage determination or
c. Conformance.(1)The contracting officer must require that may pay another bona fide fringe benefit or an hourly cash
any class of laborers or mechanics,including helpers,which is equivalent thereof.
not listed in the wage determination and which is to be
employed under the contract be classified in conformance with e. Unfunded plans. If the contractor does not make
the wage determination.Conformance of an additional payments to a trustee or other third person,the contractor may
classification and wage rate and fringe benefits is appropriate consider as part of the wages of any laborer or mechanic the
only when the following criteria have been met: amount of any costs reasonably anticipated in providing bona
fide fringe benefits under a plan or program,Provided,That
(i)The work to be performed by the classification the Secretary of Labor has found,upon the written request of
requested is not performed by a classification in the wage the contractor,in accordance with the criteria set forth in
determination;and §5.28,that the applicable standards of the Davis-Bacon Act
have been met.The Secretary of Labor may require the
(ii)The classification is used in the area by the contractor to set aside in a separate account assets for the
construction industry;and meeting of obligations under the plan or program.
ui The proposed wage rate,including an bona fide fringe f.Interest. In the event of a failure to pay all or part of the
( ) p p 9 g y g wages required by the contract,the contractor will be required
benefits,bears a reasonable relationship to the wage rates to pay interest on any underpayment of wages.
contained in the wage determination.
(2)The conformance process may not be used to split, 2. Withholding(29 CFR 5.5)
subdivide,or otherwise avoid application of classifications
listed in the wage determination. a. Withholding requirements.The contracting agency may,
upon its own action,or must,upon written request of an
(3)If the contractor and the laborers and mechanics to be authorized representative of the Department of Labor,withhold
employed in the classification(if known),or their or cause to be withheld from the contractor so much of the
representatives,and the contracting officer agree on the accrued payments or advances as may be considered
classification and wage rate(including the amount designated necessary to satisfy the liabilities of the prime contractor or any
for fringe benefits where appropriate),a report of the action subcontractor for the full amount of wages and monetary relief,
taken will be sent by the contracting officer by email to including interest,required by the clauses set forth in this
DBAconformanceadol.crov.The Administrator,or an section for violations of this contract,or to satisfy any such
authorized representative,will approve,modify,or disapprove liabilities required by any other Federal contract,or federally
every additional classification action within 30 days of receipt assisted contract subject to Davis-Bacon labor standards,that
is held by the same prime contractor(as defined in§5.2).The
and so advise the contracting officer or will notify the
necessary funds may be withheld from the contractor under
contracting officer within the 30—day period that additional time
this contract,any other Federal contract with the same prime
is necessary. contractor,or any other federally assisted contract that is
subject to Davis-Bacon labor standards requirements and is
(4)In the event the contractor,the laborers or mechanics to held by the same prime contractor,regardless of whether the
be employed in the classification or their representatives,and other contract was awarded or assisted by the same agency,
the contracting officer do not agree on the proposed and such funds may be used to satisfy the contractor liability
classification and wage rate(including the amount designated for which the funds were withheld.In the event of a
for fringe benefits,where appropriate),the contracting officer contractor's failure to pay any laborer or mechanic,including
will,by email to DBAconformance(a)dol.gov, refer the any apprentice or helper working on the site of the work all or
questions,including the views of all interested parties and the part of the wages required by the contract,or upon the
recommendation of the contracting officer,to the Administrator contractor's failure to submit the required records as discussed
for determination.The Administrator,or an authorized in paragraph 3.d.of this section,the contracting agency may
representative,will issue a determination within 30 days of on its own initiative and after written notice to the contractor,
receipt and so advise the contracting officer or will notify the take such action as may be necessary to cause the
contracting officer within the 30—day period that additional time suspension of any further payment,advance,or guarantee of
is necessary. funds until such violations have ceased.
(5)The contracting officer must promptly notify the b.Priority to withheld funds.The Department has priority to
contractor of the action taken by the Wage and Hour Division funds withheld or to be withheld in accordance with paragraph
Agreement - 23
5
Exhibit A
2.a.of this section or Section V,paragraph 3.a.,or both,over agency.The prime contractor is responsible for the submission
claims to those funds by: of all certified payrolls by all subcontractors.A contracting
agency or prime contractor may permit or require contractors
1 A contractor's suret ies to submit certified payrolls through an electronic system,as
( ) y(' ),including without limitation long as the electronic system requires a legally valid electronic
performance bond sureties and payment bond sureties; signature;the system allows the contractor,the contracting
agency,and the Department of Labor to access the certified
(2)A contracting agency for its reprocurement costs; payrolls upon request for at least 3 years after the work on the
prime contract has been completed;and the contracting
(3)A trustee(s)(either a court-appointed trustee or a U.S. agency or prime contractor permits other methods of
trustee,or both)in bankruptcy of a contractor,or a contractor's submission in situations where the contractor is unable or
bankruptcy estate; limited in its ability to use or access the electronic system.
(4)A contractor's assignee(s); (2)Information required.The certified payrolls submitted
must set out accurately and completely all of the information
required to be maintained under paragraph 3.a.(2)of this
(5)A contractor's successor(s);or section,except that full Social Security numbers and last
known addresses,telephone numbers,and email addresses
(6)A claim asserted under the Prompt Payment Act,31 must not be included on weekly transmittals.Instead,the
U.S.C.3901-3907. certified payrolls need only include an individually identifying
number for each worker(e.g.,the last four digits of the
worker's Social Security number).The required weekly
3.Records and certified payrolls(29 CFR 5.5) certified payroll information may be submitted using Optional
Form WH-347 or in any other format desired.Optional Form
WH-347 is available for this purpose from the Wage and Hour
a.Basic record requirements(1)Length of record retention. Division website at httas://www.dol.gov/sites/dolgov/files/WHD/
All regular payrolls and other basic records must be legacv/files/wh347/.Ddf or its successor website. It is not a
maintained by the contractor and any subcontractor during the violation of this section for a prime contractor to require a
course of the work and preserved for all laborers and subcontractor to provide full Social Security numbers and last
mechanics working at the site of the work(or otherwise known addresses,telephone numbers,and email addresses to
working in construction or development of the project under a the prime contractor for its own records,without weekly
development statute)for a period of at least 3 years after all submission by the subcontractor to the contracting agency.
the work on the prime contract is completed.
(3)Statement of Compliance.Each certified payroll
(2)Information required.Such records must contain the submitted must be accompanied by a"Statement of
name;Social Security number;last known address,telephone Compliance,"signed by the contractor or subcontractor,or the
number,and email address of each such worker;each contractor's or subcontractor's agent who pays or supervises
worker's correct classification(s)of work actually performed; the payment of the persons working on the contract,and must
hourly rates of wages paid(including rates of contributions or certify the following:
costs anticipated for bona fide fringe benefits or cash
equivalents thereof of the types described in 40 U.S.C.
3141(2)(B)of the Davis-Bacon Act);daily and weekly number (i)That the certified payroll for the payroll period contains
of hours actually worked in total and on each covered contract; the information required to be provided under paragraph 3.b.
deductions made;and actual wages paid. of this section,the appropriate information and basic records
are being maintained under paragraph 3.a.of this section,
(3)Additional records relating to fringe benefits.Whenever and such information and records are correct and complete;
the Secretary of Labor has found under paragraph 1.e.of this
section that the wages of any laborer or mechanic include the (ii)That each laborer or mechanic(including each helper
amount of any costs reasonably anticipated in providing and apprentice)working on the contract during the payroll
benefits under a plan or program described in 40 U.S.C. period has been paid the full weekly wages earned,without
3141(2)(B)of the Davis-Bacon Act,the contractor must rebate,either directly or indirectly,and that no deductions
maintain records which show that the commitment to provide have been made either directly or indirectly from the full
such benefits is enforceable,that the plan or program is wages earned,other than permissible deductions as set
financially responsible,and that the plan or program has been forth in 29 CFR part 3;and
communicated in writing to the laborers or mechanics affected,
and records which show the costs anticipated or the actual (iii)That each laborer or mechanic has been paid not less
cost incurred in providing such benefits. than the applicable wage rates and fringe benefits or cash
equivalents for the classifications)of work actually
(4)Additional records relating to apprenticeship.Contractors performed,as specified in the applicable wage determination
with apprentices working under approved programs must incorporated into the contract.
maintain written evidence of the registration of apprenticeship
programs,the registration of the apprentices,and the ratios (4)Use of Optional Form WH--347.The weekly submission
and wage rates prescribed in the applicable programs. of a properly executed certification set forth on the reverse
side of Optional Form WH-347 will satisfy the requirement for
b.Certified payroll requirements(1)Frequency and method submission of the"Statement of Compliance"required by
of submission.The contractor or subcontractor must submit paragraph 3.b.(3)of this section.
weekly,for each week in which any DBA-or Related Acts-
covered work is performed,certified payrolls to the contracting
Agreement - 24
6
Exhibit A
(5)Signature.The signature by the contractor, of each covered worker,and must provide them upon request
subcontractor,or the contractor's or subcontractor's agent to the contracting agency,the State DOT,the FHWA,the
must be an original handwritten signature or a legally valid contractor,or the Wage and Hour Division of the Department
electronic signature. of Labor for purposes of an investigation or other compliance
action.
(6)Falsification.The falsification of any of the above
certifications may subject the contractor or subcontractor to 4.Apprentices and equal employment opportunity(29 CFR
civil or criminal prosecution under 18 U.S.C. 1001 and 31 5.5)
U.S.C.3729.
a.Apprentices(1)Rate of pay.Apprentices will be permitted
(7)Length of certified payroll retention.The contractor or to work at less than the predetermined rate for the work they
subcontractor must preserve all certified payrolls during the perform when they are employed pursuant to and individually
course of the work and for a period of 3 years after all the work registered in a bona fide apprenticeship program registered
on the prime contract is completed. with the U.S.Department of Labor,Employment and Training
Administration,Office of Apprenticeship(OA),or with a State
c. Contracts,subcontracts,and related documents.The Apprenticeship Agency recognized by the OA.A person who is
contractor or subcontractor must maintain this contract or not individually registered in the program,but who has been
subcontract and related documents including,without certified by the OA or a State Apprenticeship Agency(where
limitation,bids,proposals,amendments,modifications,and appropriate)to be eligible for probationary employment as an
extensions.The contractor or subcontractor must preserve apprentice,will be permitted to work at less than the
these contracts,subcontracts,and related documents during predetermined rate for the work they perform in the first 90
the course of the work and for a period of 3 years after all the days of probationary employment as an apprentice in such a
work on the prime contract is completed. program. In the event the OA or a State Apprenticeship
Agency recognized by the OA withdraws approval of an
apprenticeship program,the contractor will no longer be
d.Required disclosures and access(1)Required record permitted to use apprentices at less than the applicable
disclosures and access to workers.The contractor or predetermined rate for the work performed until an acceptable
subcontractor must make the records required under program is approved.
paragraphs 3.a.through 3.c.of this section,and any other
documents that the contracting agency,the State DOT,the (2)Fringe benefits.Apprentices must be paid fringe benefits
FHWA,or the Department of Labor deems necessary to in accordance with the provisions of the apprenticeship
determine compliance with the labor standards provisions of program. If the apprenticeship program does not specify fringe
any of the applicable statutes referenced by§5.1,available for benefits,apprentices must be paid the full amount of fringe
inspection,copying,or transcription by authorized benefits listed on the wage determination for the applicable
representatives of the contracting agency,the State DOT,the classification. If the Administrator determines that a different
FHWA,or the Department of Labor,and must permit such practice prevails for the applicable apprentice classification,
representatives to interview workers during working hours on fringe benefits must be paid in accordance with that
the job. determination.
(2)Sanctions for non-compliance with records and worker (3)Apprenticeship ratio.The allowable ratio of apprentices to
access requirements. If the contractor or subcontractor fails to journeyworkers on the job site in any craft classification must
submit the required records or to make them available,or not be greater than the ratio permitted to the contractor as to
refuses to permit worker interviews during working hours on the entire work force under the registered program or the ratio
the job,the Federal agency may,after written notice to the applicable to the locality of the project pursuant to paragraph
contractor,sponsor,applicant,owner,or other entity,as the 4.a.(4)of this section.Any worker listed on a payroll at an
case may be,that maintains such records or that employs apprentice wage rate,who is not registered or otherwise
such workers,take such action as may be necessary to cause employed as stated in paragraph 4.a.(1)of this section,must
the suspension of any further payment,advance,or guarantee be paid not less than the applicable wage rate on the wage
of funds.Furthermore,failure to submit the required records determination for the classification of work actually performed.
upon request or to make such records available,or to permit In addition,any apprentice performing work on the job site in
worker interviews during working hours on the job,may be excess of the ratio permitted under this section must be paid
grounds for debarment action pursuant to§5.12. In addition, not less than the applicable wage rate on the wage
any contractor or other person that fails to submit the required determination for the work actually performed.
records or make those records available to WHD within the
time WHD requests that the records be produced will be
precluded from introducing as evidence in an administrative (4)Reciprocity of ratios and wage rates.Where a contractor
proceeding under 29 CFR part 6 any of the required records is performing construction on a project in a locality other than
that were not provided or made available to WHD.WHD will the locality in which its program is registered,the ratios and
take into consideration a reasonable request from the wage rates(expressed in percentages of the journeyworker's
contractor or person for an extension of the time for hourly rate)applicable within the locality in which the
submission of records.WHD will determine the construction is being performed must be observed. If there is
reasonableness of the request and may consider,among other no applicable ratio or wage rate for the locality of the project,
things,the location of the records and the volume of the ratio and wage rate specified in the contractor's registered
production. program must be observed.
(3)Required information disclosures.Contractors and b.Equal employment opportunity.The use of apprentices
subcontractors must maintain the full Social Security number and journeyworkers under this part must be in conformity with
and last known address,telephone number,and email address
Agreement - 25
7
Exhibit A
the equal employment opportunity requirements of Executive b.No part of this contract shall be subcontracted to any
Order 11246,as amended,and 29 CFR part 30. person or firm ineligible for award of a Government contract by
virtue of 40 U.S.C.3144(b)or§5.12(a).
c. Apprentices and Trainees(programs of the U.S. DOT).
c.The penalty for making false statements is prescribed in
Apprentices and trainees working under apprenticeship and the U.S.Code,Title 18 Crimes and Criminal Procedure, 18
skill training programs which have been certified by the U.S.C. 1001.
Secretary of Transportation as promoting EEO in connection
with Federal-aid highway construction programs are not 11.Anti-retaliation.It is unlawful for any person to discharge,
subject to the requirements of paragraph 4 of this Section IV. demote,intimidate,threaten,restrain,coerce,blacklist,harass,
23 CFR 230.111(e)(2).The straight time hourly wage rates for or in any other manner discriminate against,or to cause any
apprentices and trainees under such programs will be person to discharge,demote,intimidate,threaten,restrain,
established by the particular programs.The ratio of coerce,blacklist,harass,or in any other manner discriminate
apprentices and trainees to journeyworkers shall not be against,any worker or job applicant for:
greater than permitted by the terms of the particular program.
a.Notifying any contractor of any conduct which the worker
5.Compliance with Copeland Act requirements. The reasonably believes constitutes a violation of the DBA, Related
contractor shall comply with the requirements of 29 CFR part Acts,this part,or 29 CFR part 1 or 3;
3,which are incorporated by reference in this contract as
provided in 29 CFR 5.5. b.Filing any complaint,initiating or causing to be initiated
any proceeding,or otherwise asserting or seeking to assert on
6.Subcontracts.The contractor or subcontractor must insert behalf of themselves or others any right or protection under the
FHWA-1273 in any subcontracts,along with the applicable DBA,Related Acts,this part,or 29 CFR part 1 or 3;
wage determination(s)and such other clauses or contract
modifications as the contracting agency may by appropriate c.Cooperating in any investigation or other compliance
instructions require,and a clause requiring the subcontractors action,or testifying in any proceeding under the DBA, Related
to include these clauses and wage determination(s)in any Acts,this part,or 29 CFR part 1 or 3;or
lower tier subcontracts.The prime contractor is responsible for
the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in this section.In d.Informing any other person about their rights under the
the event of any violations of these clauses,the prime DBA,Related Acts,this part,or 29 CFR part 1 or 3.
contractor and any subcontractor(s)responsible will be liable
for any unpaid wages and monetary relief,including interest
from the date of the underpayment or loss,due to any workers V. CONTRACT WORK HOURS AND SAFETY STANDARDS
of lower-tier subcontractors,and may be subject to debarment, ACT
as appropriate. 29 CFR 5.5.
7.Contract termination:debarment. A breach of the Pursuant to 29 CFR 5.5(b),the following clauses apply to any
contract clauses in 29 CFR 5.5 may be grounds for termination Federal-aid construction contract in an amount in excess of
of the contract,and for debarment as a contractor and a $100,000 and subject to the overtime provisions of the
subcontractor as provided in 29 CFR 5.12. Contract Work Hours and Safety Standards Act.These
clauses shall be inserted in addition to the clauses required by
29 CFR 5.5(a)or 29 CFR 4.6. As used in this paragraph,the
8.Compliance with Davis-Bacon and Related Act terms laborers and mechanics include watchpersons and
requirements. All rulings and interpretations of the Davis- guards.
Bacon and Related Acts contained in 29 CFR parts 1,3,and 5
are herein incorporated by reference in this contract as 1.Overtime requirements. No contractor or subcontractor
provided in 29 CFR 5.5.
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
9.Disputes concerning labor standards.As provided in 29 require or permit any such laborer or mechanic in any
CFR 5.5,disputes arising out of the labor standards provisions workweek in which he or she is employed on such work to
of this contract shall not be subject to the general disputes work in excess of forty hours in such workweek unless such
clause of this contract.Such disputes shall be resolved in laborer or mechanic receives compensation at a rate not less
accordance with the procedures of the Department of Labor than one and one-half times the basic rate of pay for all hours
set forth in 29 CFR parts 5,6,and 7.Disputes within the worked in excess of forty hours in such workweek. 29 CFR
meaning of this clause include disputes between the contractor 5.5.
(or any of its subcontractors)and the contracting agency,the
U.S.Department of Labor,or the employees or their 2.Violation; liability for unpaid wages; liquidated
representatives. damages.In the event of any violation of the clause set forth
in paragraph 1.of this section the contractor and any
10.Certification of eligibility.a. By entering into this contract, subcontractor responsible therefor shall be liable for the
the contractor certifies that neither it nor any person or firm unpaid wages and interest from the date of the underpayment.
who has an interest in the contractor's firm is a person or firm In addition,such contractor and subcontractor shall be liable to
ineligible to be awarded Government contracts by virtue of 40 the United States(in the case of work done under contract for
U.S.C.3144(b)or§5.12(a). the District of Columbia or a territory,to such District or to such
territory),for liquidated damages.Such liquidated damages
shall be computed with respect to each individual laborer or
Agreement - 26
8
Exhibit A
mechanic,including watchpersons and guards,employed in event of any violations of these clauses,the prime contractor
violation of the clause set forth in paragraph 1.of this section, and any subcontractor(s)responsible will be liable for any
in the sum currently provided in 29 CFR 5.5(b)(2)*for each unpaid wages and monetary relief,including interest from the
calendar day on which such individual was required or date of the underpayment or loss,due to any workers of lower-
permitted to work in excess of the standard workweek of forty tier subcontractors,and associated liquidated damages and
hours without payment of the overtime wages required by the may be subject to debarment,as appropriate.
clause set forth in paragraph 1.of this section.
5.Anti-retaliation.It is unlawful for any person to discharge,
*$31 as of January 15,2023(See 88 FR 88 FR 2210)as may demote,intimidate,threaten,restrain,coerce,blacklist,harass,
be adjusted annually by the Department of Labor,pursuant to or in any other manner discriminate against,or to cause any
the Federal Civil Penalties Inflation Adjustment Act of 1990. person to discharge,demote,intimidate,threaten,restrain,
coerce,blacklist,harass,or in any other manner discriminate
3.Withholding for unpaid wages and liquidated damages against,any worker or job applicant for:
a. Withholding process.The FHWA or the contracting a.Notifying any contractor of any conduct which the worker
agency may,upon its own action,or must,upon written reasonably believes constitutes a violation of the Contract
request of an authorized representative of the Department of Work Hours and Safety Standards Act(CWHSSA)or its
Labor,withhold or cause to be withheld from the contractor so implementing regulations in this part;
much of the accrued payments or advances as may be
considered necessary to satisfy the liabilities of the prime b.Filing any complaint,initiating or causing to be initiated
contractor or any subcontractor for any unpaid wages; any proceeding,or otherwise asserting or seeking to assert on
monetary relief,including interest;and liquidated damages behalf of themselves or others any right or protection under
required by the clauses set forth in this section on this CWHSSA or this part;
contract,any other Federal contract with the same prime
contractor,or any other federally assisted contract subject to c.Cooperating in any investigation or other compliance
the Contract Work Hours and Safety Standards Act that is held action,or testifying in any proceeding under CWHSSA or this
by the same prime contractor(as defined in§5.2).The part;or
necessary funds may be withheld from the contractor under
this contract,any other Federal contract with the same prime
contractor,or any other federally assisted contract that is d.Informing any other person about their rights under
subject to the Contract Work Hours and Safety Standards Act CWHSSA or this part.
and is held by the same prime contractor,regardless of
whether the other contract was awarded or assisted by the
same agency,and such funds may be used to satisfy the VI.SUBLETTING OR ASSIGNING THE CONTRACT
contractor liability for which the funds were withheld.
This provision is applicable to all Federal-aid construction
b.Priority to withheld funds.The Department has priority to contracts on the National Highway System pursuant to 23 CFR
funds withheld or to be withheld in accordance with Section IV 635.116.
paragraph 2.a.or paragraph 3.a.of this section,or both,over
claims to those funds by: 1.The contractor shall perform with its own organization
contract work amounting to not less than 30 percent(or a
(1)A contractor's surety(ies),including without limitation greater percentage if specified elsewhere in the contract)of
performance bond sureties and payment bond sureties; the total original contract price,excluding any specialty items
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such
(2)A contracting agency for its reprocurement costs; specialty items performed may be deducted from the total
original contract price before computing the amount of work
(3)A trustee(s)(either a court-appointed trustee or a U.S. required to be performed by the contractor's own organization
trustee,or both)in bankruptcy of a contractor,or a contractor's (23 CFR 635.116).
bankruptcy estate; a. The term"perform work with its own organization"in
paragraph 1 of Section VI refers to workers employed or
(4)A contractor's assignee(s); leased by the prime contractor,and equipment owned or
rented by the prime contractor,with or without operators.
(5)A contractor's successor(s);or Such term does not include employees or equipment of a
subcontractor or lower tier subcontractor,agents of the prime
contractor,or any other assignees. The term may include
(6)A claim asserted under the Prompt Payment Act, 31 payments for the costs of hiring leased employees from an
U.S.C.3901-3907. employee leasing firm meeting all relevant Federal and State
regulatory requirements. Leased employees may only be
4.Subcontracts.The contractor or subcontractor must insert included in this term if the prime contractor meets all of the
following conditions:(based on longstanding interpretation)
in any subcontracts the clauses set forth in paragraphs 1.
through 5.of this section and a clause requiring the (1)the prime contractor maintains control over the
subcontractors to include these clauses in any lower tier supervision of the day-to-day activities of the leased
subcontracts.The prime contractor is responsible for employees;
compliance by any subcontractor or lower tier subcontractor (2)the prime contractor remains responsible for the quality
with the clauses set forth in paragraphs 1.through 5.In the of the work of the leased employees;
Agreement - 27
9
Exhibit A
(3)the prime contractor retains all power to accept or health standards(29 CFR Part 1926)promulgated by the
exclude individual employees from work on the project;and Secretary of Labor,in accordance with Section 107 of the
(4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C.
the payment of predetermined minimum wages,the 3704). 29 CFR 1926.10.
submission of payrolls,statements of compliance and all
other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract
that the Secretary of Labor or authorized representative
b."Specialty Items"shall be construed to be limited to work thereof,shall have right of entry to any site of contract
that requires highly specialized knowledge,abilities,or performance to inspect or investigate the matter of compliance
equipment not ordinarily available in the type of contracting with the construction safety and health standards and to carry
organizations qualified and expected to bid or propose on the out the duties of the Secretary under Section 107 of the
contract as a whole and in general are to be limited to minor Contract Work Hours and Safety Standards Act(40 U.S.C.
components of the overall contract. 23 CFR 635.102. 3704).
2.Pursuant to 23 CFR 635.116(a),the contract amount upon
which the requirements set forth in paragraph(1)of Section VI VIII.FALSE STATEMENTS CONCERNING HIGHWAY
is computed includes the cost of material and manufactured PROJECTS
products which are to be purchased or produced by the
contractor under the contract provisions. This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts.
3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish
(a)a competent superintendent or supervisor who is employed In order to assure high quality and durable construction in
by the firm,has full authority to direct performance of the work conformity with approved plans and specifications and a high
in accordance with the contract requirements,and is in charge degree of reliability on statements and representations made
of all construction operations(regardless of who performs the by engineers,contractors,suppliers,and workers on Federal-
work)and(b)such other of its own organizational resources aid highway projects,it is essential that all persons concerned
(supervision,management,and engineering services)as the with the project perform their functions as carefully,thoroughly,
contracting officer determines is necessary to assure the and honestly as possible. Willful falsification,distortion,or
performance of the contract. misrepresentation with respect to any facts related to the
project is a violation of Federal law. To prevent any
4.No portion of the contract shall be sublet,assigned or misunderstanding regarding the seriousness of these and
otherwise disposed of except with the written consent of the similar acts,Form FHWA-1022 shall be posted on each
contracting officer,or authorized representative,and such Federal-aid highway project(23 CFR Part 635)in one or more
consent when given shall not be construed to relieve the places where it is readily available to all persons concerned
contractor of any responsibility for the fulfillment of the with the project:
contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions 18 U.S.C. 1020 reads as follows:
and requirements of the prime contract.(based on long-
standing interpretation of 23 CFR 635.116). "Whoever,being an officer,agent,or employee of the United
States,or of any State or Territory,or whoever,whether a
5.The 30-percent self-performance requirement of paragraph person,association,firm,or corporation,knowingly makes any
(1)is not applicable to design-build contracts;however, false statement,false representation,or false report as to the
contracting agencies may establish their own self-performance character,quality,quantity,or cost of the material used or to
requirements. 23 CFR 635.116(d). be used,or the quantity or quality of the work performed or to
be performed,or the cost thereof in connection with the
submission of plans,maps,specifications,contracts,or costs
VII.SAFETY:ACCIDENT PREVENTION of construction on any highway or related project submitted for
approval to the Secretary of Transportation;or
This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts. Whoever knowingly makes any false statement,false
representation,false report or false claim with respect to the
1. In the performance of this contract the contractor shall character,quality,quantity,or cost of any work performed or to
comply with all applicable Federal,State,and local laws be performed,or materials furnished or to be furnished,in
governing safety,health,and sanitation(23 CFR Part 635). connection with the construction of any highway or related
The contractor shall provide all safeguards,safety devices and project approved by the Secretary of Transportation;or
protective equipment and take any other needed actions as it
determines,or as the contracting officer may determine,to be Whoever knowingly makes any false statement or false
reasonably necessary to protect the life and health of representation as to material fact in any statement,certificate,
employees on the job and the safety of the public and to or report submitted pursuant to provisions of the Federal-aid
protect property in connection with the performance of the Roads Act approved July 11, 1916,(39 Stat.355),as
work covered by the contract. 23 CFR 635.108. amended and supplemented;
2. It is a condition of this contract,and shall be made a Shall be fined under this title or imprisoned not more than 5
condition of each subcontract,which the contractor enters into years or both."
pursuant to this contract,that the contractor and any
subcontractor shall not permit any employee,in performance
of the contract,to work in surroundings or under conditions
which are unsanitary,hazardous or dangerous to his/her
health or safety,as determined under construction safety and
Agreement - 28
10
Exhibit A
IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT(42 U.S.C.7606;2 e.The terms"covered transaction,""debarred,"
CFR 200.88;EO 11738) "suspended,""ineligible,""participant,""person,""principal,"
and"voluntarily excluded,"as used in this clause,are defined
This provision is applicable to all Federal-aid construction in 2 CFR Parts 180,Subpart I, 180.900-180.1020,and 1200.
contracts in excess of$150,000 and to all related "First Tier Covered Transactions"refers to any covered
subcontracts. 48 CFR 2.101;2 CFR 200.327. transaction between a recipient or subrecipient of Federal
funds and a participant(such as the prime or general contract).
By submission of this bid/proposal or the execution of this "Lower Tier Covered Transactions"refers to any covered
contract or subcontract,as appropriate,the bidder,proposer, transaction under a First Tier Covered Transaction(such as
Federal-aid construction contractor,subcontractor,supplier,or subcontracts). "First Tier Participant"refers to the participant
vendor agrees to comply with all applicable standards,orders who has entered into a covered transaction with a recipient or
or regulations issued pursuant to the Clean Air Act(42 U.S.C. subrecipient of Federal funds(such as the prime or general
7401-7671 q)and the Federal Water Pollution Control Act,as contractor). "Lower Tier Participant"refers any participant who
amended(33 U.S.C. 1251-1387).Violations must be reported has entered into a covered transaction with a First Tier
to the Federal Highway Administration and the Regional Office Participant or other Lower Tier Participants(such as
of the Environmental Protection Agency. 2 CFR Part 200, subcontractors and suppliers).
Appendix II.
f.The prospective first tier participant agrees by submitting
The contractor agrees to include or cause to be included the this proposal that,should the proposed covered transaction be
requirements of this Section in every subcontract,and further entered into,it shall not knowingly enter into any lower tier
agrees to take such action as the contracting agency may covered transaction with a person who is debarred,
direct as a means of enforcing such requirements. 2 CFR suspended,declared ineligible,or voluntarily excluded from
200.327. participation in this covered transaction,unless authorized by
the department or agency entering into this transaction. 2
CFR 180.330.
X.CERTIFICATION REGARDING DEBARMENT,
SUSPENSION,INELIGIBILITY AND VOLUNTARY g.The prospective first tier participant further agrees by
EXCLUSION submitting this proposal that it will include the clause titled
"Certification Regarding Debarment,Suspension, Ineligibility
This provision is applicable to all Federal-aid construction and Voluntary Exclusion-Lower Tier Covered Transactions,"
contracts,design-build contracts,subcontracts,lower-tier provided by the department or contracting agency,entering
subcontracts,purchase orders,lease agreements,consultant into this covered transaction,without modification,in all lower
contracts or any other covered transaction requiring FHWA tier covered transactions and in all solicitations for lower tier
approval or that is estimated to cost$25,000 or more— as covered transactions exceeding the$25,000 threshold. 2 CFR
defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 180.220 and 180.300.
1200.220.
h.A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
1.Instructions for Certification—First Tier Participants: transaction that is not debarred,suspended,ineligible,or
voluntarily excluded from the covered transaction,unless it
a.By signing and submitting this proposal,the prospective knows that the certification is erroneous. 2 CFR 180.300;
first tier participant is providing the certification set out below. 180.320,and 180.325. A participant is responsible for
ensuring that its principals are not suspended,debarred,or
b.The inability of a person to provide the certification set out otherwise ineligible to participate in covered transactions. 2
below will not necessarily result in denial of participation in this CFR 180.335. To verify the eligibility of its principals,as well
covered transaction.The prospective first tier participant shall as the eligibility of any lower tier prospective participants,each
submit an explanation of why it cannot provide the certification participant may,but is not required to,check the System for
set out below.The certification or explanation will be Award Management website(https://www.sam.gov/). 2 CFR
considered in connection with the department or agency's 180.300, 180.320,and 180.325.
determination whether to enter into this transaction.However,
failure of the prospective first tier participant to furnish a i. Nothing contained in the foregoing shall be construed to
certification or an explanation shall disqualify such a person require the establishment of a system of records in order to
from participation in this transaction. 2 CFR 180.320. render in good faith the certification required by this clause.
The knowledge and information of the prospective participant
c.The certification in this clause is a material representation is not required to exceed that which is normally possessed by
of fact upon which reliance was placed when the contracting a prudent person in the ordinary course of business dealings.
agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered j.Except for transactions authorized under paragraph(f)of
an erroneous certification,in addition to other remedies these instructions,if a participant in a covered transaction
available to the Federal Government,the contracting agency knowingly enters into a lower tier covered transaction with a
may terminate this transaction for cause of default. 2 CFR person who is suspended,debarred,ineligible,or voluntarily
180.325. excluded from participation in this transaction,in addition to
other remedies available to the Federal Government,the
d.The prospective first tier participant shall provide department or agency may terminate this transaction for cause
immediate written notice to the contracting agency to whom or default. 2 CFR 180.325.
this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances. 2 CFR 180.345 and 180.350.
Agreement - 29
11
Exhibit A
2. Certification Regarding Debarment,Suspension, this transaction originated may pursue available remedies,
Ineligibility and Voluntary Exclusion—First Tier including suspension and/or debarment.
Participants:
c.The prospective lower tier participant shall provide
a. The prospective first tier participant certifies to the best of immediate written notice to the person to which this proposal is
its knowledge and belief,that it and its principals: submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
(1) Are not presently debarred,suspended,proposed for changed circumstances. 2 CFR 180.365.
debarment,declared ineligible,or voluntarily excluded from
participating in covered transactions by any Federal d.The terms'covered transaction,""debarred,"
department or agency,2 CFR 180.335;. "suspended,""ineligible,""participant,""person,""principal,"
and"voluntarily excluded,"as used in this clause,are defined
(2) Have not within a three-year period preceding this in 2 CFR Parts 180,Subpart I, 180.900—180.1020,and 1200.
proposal been convicted of or had a civil judgment rendered You may contact the person to which this proposal is
against them for commission of fraud or a criminal offense in submitted for assistance in obtaining a copy of those
connection with obtaining,attempting to obtain,or performing regulations. "First Tier Covered Transactions"refers to any
a public(Federal,State,or local)transaction or contract under covered transaction between a recipient or subrecipient of
a public transaction;violation of Federal or State antitrust Federal funds and a participant(such as the prime or general
statutes or commission of embezzlement,theft,forgery, contract). "Lower Tier Covered Transactions"refers to any
bribery,falsification or destruction of records,making false covered transaction under a First Tier Covered Transaction
statements,or receiving stolen property,2 CFR 180.800; (such as subcontracts). "First Tier Participant'refers to the
participant who has entered into a covered transaction with a
(3) Are not presently indicted for or otherwise criminally or recipient or subrecipient of Federal funds(such as the prime or
civilly charged by a governmental entity(Federal,State or general contractor). "Lower Tier Participant'refers any
local)with commission of any of the offenses enumerated in participant who has entered into a covered transaction with a
paragraph(a)(2)of this certification,2 CFR 180.700 and First Tier Participant or other Lower Tier Participants(such as
180.800;and subcontractors and suppliers).
(4) Have not within a three-year period preceding this e.The prospective lower tier participant agrees by
application/proposal had one or more public transactions submitting this proposal that,should the proposed covered
(Federal,State or local)terminated for cause or default. 2 transaction be entered into,it shall not knowingly enter into
CFR 180.335(d). any lower tier covered transaction with a person who is
debarred,suspended,declared ineligible,or voluntarily
(5)Are not a corporation that has been convicted of a felony excluded from participation in this covered transaction,unless
violation under any Federal law within the two-year period authorized by the department or agency with which this
preceding this proposal(USDOT Order 4200.6 implementing transaction originated. 2 CFR 1200.220 and 1200.332.
appropriations act requirements);and
f.The prospective lower tier participant further agrees by
(6)Are not a corporation with any unpaid Federal tax liability submitting this proposal that it will include this clause titled
that has been assessed,for which all judicial and "Certification Regarding Debarment,Suspension, Ineligibility
administrative remedies have been exhausted,or have lapsed, and Voluntary Exclusion-Lower Tier Covered Transaction,"
and that is not being paid in a timely manner pursuant to an without modification,in all lower tier covered transactions and
agreement with the authority responsible for collecting the tax in all solicitations for lower tier covered transactions exceeding
liability(USDOT Order 4200.6 implementing appropriations act the$25,000 threshold. 2 CFR 180.220 and 1200.220.
requirements).
g.A participant in a covered transaction may rely upon a
b. Where the prospective participant is unable to certify to certification of a prospective participant in a lower tier covered
any of the statements in this certification,such prospective transaction that is not debarred,suspended,ineligible,or
participant should attach an explanation to this proposal. 2 voluntarily excluded from the covered transaction,unless it
CFR 180.335 and 180.340. knows that the certification is erroneous.A participant is
responsible for ensuring that its principals are not suspended,
debarred,or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals,as well as
3.Instructions for Certification-Lower Tier Participants: the eligibility of any lower tier prospective participants,each
participant may,but is not required to,check the System for
(Applicable to all subcontracts,purchase orders,and other Award Management website(https://www.sam.gov/),which is
lower tier transactions requiring prior FHWA approval or compiled by the General Services Administration. 2 CFR
estimated to cost$25,000 or more-2 CFR Parts 180 and 180.300, 180.320, 180.330,and 180.335.
1200). 2 CFR 180.220 and 1200.220.
h.Nothing contained in the foregoing shall be construed to
a.By signing and submitting this proposal,the prospective require establishment of a system of records in order to render
lower tier participant is providing the certification set out below. in good faith the certification required by this clause.The
knowledge and information of participant is not required to
b.The certification in this clause is a material representation exceed that which is normally possessed by a prudent person
of fact upon which reliance was placed when this transaction in the ordinary course of business dealings.
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous i.Except for transactions authorized under paragraph a of
certification,in addition to other remedies available to the these instructions,if a participant in a covered transaction
Federal Government,the department,or agency with which knowingly enters into a lower tier covered transaction with a
person who is suspended,debarred,ineligible,or voluntarily
Agreement - 30
12
Exhibit A
excluded from participation in this transaction,in addition to cooperative agreement,the undersigned shall complete and
other remedies available to the Federal Government,the submit Standard Form-LLL,"Disclosure Form to Report
department or agency with which this transaction originated Lobbying,"in accordance with its instructions.
may pursue available remedies,including suspension and/or
debarment. 2 CFR 180.325. 2.This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
***** entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
4. Certification Regarding Debarment,Suspension, U.S.C. 1352. Any person who fails to file the required
Ineligibility and Voluntary Exclusion--Lower Tier certification shall be subject to a civil penalty of not less than
Participants: $10,000 and not more than$100,000 for each such failure.
a.The prospective lower tier participant certifies,by 3.The prospective participant also agrees by submitting its
submission of this proposal,that neither it nor its principals: bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
(1)is presently debarred,suspended,proposed for subcontracts,which exceed$100,000 and that all such
debarment,declared ineligible,or voluntarily excluded from recipients shall certify and disclose accordingly.
participating in covered transactions by any Federal
department or agency,2 CFR 180.355;
XII. USE OF UNITED STATES-FLAG VESSELS:
(2)is a corporation that has been convicted of a felony
violation under any Federal law within the two-year period This provision is applicable to all Federal-aid construction
preceding this proposal(USDOT Order 4200.6 implementing contracts,design-build contracts,subcontracts,lower-tier
appropriations act requirements);and subcontracts,purchase orders,lease agreements,or any other
covered transaction. 46 CFR Part 381.
(3)is a corporation with any unpaid Federal tax liability that
has been assessed,for which all judicial and administrative This requirement applies to material or equipment that is
remedies have been exhausted,or have lapsed,and that is acquired for a specific Federal-aid highway project. 46 CFR
not being paid in a timely manner pursuant to an agreement 381.7. It is not applicable to goods or materials that come into
with the authority responsible for collecting the tax liability. inventories independent of an FHWA funded-contract.
(USDOT Order 4200.6 implementing appropriations act
requirements) When oceanic shipments(or shipments across the Great
Lakes)are necessary for materials or equipment acquired for a
b.Where the prospective lower tier participant is unable to specific Federal-aid construction project,the bidder,proposer,
certify to any of the statements in this certification,such contractor,subcontractor,or vendor agrees:
prospective participant should attach an explanation to this
proposal. 1.To utilize privately owned United States-flag commercial
vessels to ship at least 50 percent of the gross tonnage
* (computed separately for dry bulk carriers,dry cargo liners,
and tankers)involved,whenever shipping any equipment,
material,or commodities pursuant to this contract,to the
XI.CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates
FUNDS FOR LOBBYING for United States-flag commercial vessels. 46 CFR 381.7.
This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for
contracts and to all related subcontracts which exceed shipments originating within the United States or within 30
$100,000. 49 CFR Part 20,App.A. working days following the date of loading for shipments
originating outside the United States,a legible copy of a rated,
1.The prospective participant certifies,by signing and 'on-board'commercial ocean bill-of-lading in English for each
submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section
knowledge and belief,that: to both the Contracting Officer(through the prime contractor in
the case of subcontractor bills-of-lading)and to the Office of
a.No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift(MAR-620),Maritime
paid,by or on behalf of the undersigned,to any person for Administration,Washington,DC 20590.(MARAD requires
influencing or attempting to influence an officer or employee of copies of the ocean carrier's(master)bills of lading,certified
any Federal agency,a Member of Congress,an officer or onboard,dated,with rates and charges.These bills of lading
employee of Congress,or an employee of a Member of may contain business sensitive information and therefore may
Congress in connection with the awarding of any Federal be submitted directly to MARAD by the Ocean Transportation
contract,the making of any Federal grant,the making of any Intermediary on behalf of the contractor). 46 CFR 381.7.
Federal loan,the entering into of any cooperative agreement,
and the extension,continuation,renewal,amendment,or
modification of any Federal contract,grant,loan,or
cooperative agreement.
b.If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency,a Member of Congress,an officer or employee of
Congress,or an employee of a Member of Congress in
connection with this Federal contract,grant,loan,or
Agreement - 31
13
Exhibit A
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.
Agreement - 32
14
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
12. FEMALE AND MINORITY GOALS
To comply with Section Il, "Nondiscrimination," of"Required Contract Provisions Federal-Aid Construction
Contracts,"the following are for female and minority utilization goals for Federal-aid construction contracts and
subcontracts that exceed $10,000:
The nationwide goal for female utilization is 6.9 percent.
The goals for minority utilization (45 Fed Reg 65984 (10/3/1980))are as follows:
MINORITY UTILIZATION GOALS
Economic Goal
Area (Percent)
Redding CA:
174 Non-SMSA(Standard Metropolitan Statistical Area)Counties: 6.8
CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama
Eureka, CA
175 Non-SMSA Counties: 6.6
CA Del Norte; CA Humboldt; CA Trinity
San Francisco-Oakland-San Jose,CA:
SMSA Counties:
7120 Salinas-Seaside-Monterey, CA 28.9
CA Monterey
7360 San Francisco-Oakland 25.6
CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo
7400 San Jose, CA 19.6
176 CA Santa Clara, CA
7485 Santa Cruz, CA
14.9
CA Santa Cruz
7500 Santa Rosa 9.1
CA Sonoma
8720 Vallejo-Fairfield-Napa, CA 17.1
CA Napa; CA Solano
Non-SMSA Counties: 23.2
CA Lake; CA Mendocino; CA San Benito
Sacramento, CA:
SMSA Counties:
177 6920 Sacramento, CA 16.1
CA Placer; CA Sacramento; CA
Yolo Non-SMSA Counties 14.3
CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA
Yuba
Stockton-Modesto, CA:
SMSA Counties:
5170 Modesto, CA 12.3
178 CA Stanislaus
8120 Stockton,CA 24.3
CA San Joaquin
Non-SMSA Counties 19.8
CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne
Fresno-Bakersfield, CA
SMSA Counties:
179 0680 Bakersfield,CA 19.1
CA Kern
2840 Fresno, CA 26.1
Page 13 of 18
Agreement - 33 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
CA Fresno
Non-SMSA Counties: 23.6
CA Kings; CA Madera; CA Tulare
Los Angeles, CA:
SMSA Counties:
0360 Anaheim-Santa Ana-Garden Grove, CA 11.9
CA Orange
4480 Los Angeles-Long Beach, CA 28.3
CA Los Angeles 21.5
180 6000 Oxnard-Simi Valley-Ventura,CA
CA Ventura 19.0
6780 Riverside-San Bernardino-Ontario, CA
CA Riverside; CA San Bernardino 19.7
7480 Santa Barbara-Santa Maria-Lompoc, CA
CA Santa Barbara 24.6
Non-SMSA Counties
CA Inyo; CA Mono; CA San Luis Obispo
San Diego, CA:
SMSA Counties
7320 San Diego, CA 16.9
181 CA San Diego
Non-SMSA Counties 18.2
CA Imperial
For the last full week of July during which work is performed under the contract, the prime contractor and each
non material-supplier subcontractor with a subcontract of$10,000 or more must complete Form FHWA PR-1391
(Appendix C to 23 CFR 230). Submit the forms by August 15.
13. TITLE VI ASSURANCES
[The U.S. Department of Transportation Order No.1050.2A requires all federal-aid Department of Transportation
contracts between an agency and a contractor to contain Appendix A and E.
Note:Appendix B only requires inclusion if the contract impacts deeds effecting or recording the transfer of real
property, structures, or improvements thereon, or granting interest therein.Appendices C and D only require inclusion
if the contract impacts deeds, licenses, leases, permits, or similar instruments entered into by the recipient.]
APPENDIXA
During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest
(hereinafter collectively referred to as CONTRACTOR) agrees as follows:
a. Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as
the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.
b. Nondiscrimination: CONTRACTOR,with regard to the work performed by it during the AGREEMENT,
shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in
the selection and retention of sub-applicants, including procurements of materials and leases of
equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the agreement
covers a program set forth in Appendix B of the Regulations.
c. Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be
performed under a Sub-agreement, including procurements of materials or leases of equipment, each
potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S
obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of
Page 14 of 18
Agreement - 34 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
race, color, or national origin.
d. Information and Reports: CONTRACTOR shall provide all information and reports required by the
Regulations, or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA
to be pertinent to ascertain compliance with such Regulations or directives. Where any information
required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this
information, CONTRACTOR shall so certify to the recipient or FHWA as appropriate, and shall set forth
what efforts CONTRACTOR has made to obtain the information.
e. Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the
nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions
as it or the FHWA may determine to be appropriate, including, but not limited to:
i. withholding of payments to CONTRACTOR under the Agreement within a reasonable period
of time, not to exceed 90 days; and/or
ii. cancellation,termination or suspension of the Agreement, in whole or in part.
f. Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6)
in every sub-agreement, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto.
CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the recipient or
FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided,
however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-
applicant or supplier as a result of such direction, CONTRACTOR may request the recipient enter into such
litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States
to enter into such litigation to protect the interests of the United States.
APPENDIX E
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the"contractor") agrees to comply with the following non-discrimination statutes
and authorities, including, but not limited to:
Pertinent Non-Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq., 78 stat. 252), prohibits discrimination on
the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601),
(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or
Federal-aid programs and projects);
• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex;
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), prohibits discrimination on the
basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of
Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the
Rehabilitation Act of 1973, by expanding the definition of the terms"programs or activities"to include all of
the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such
programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in
the operation of public entities, public and private transportation systems, places of public accommodation,
and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation
regulations 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits
Page 15 of 18
Agreement - 35 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-
Income Populations, which ensures discrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or environmental effects on
minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and
resulting agency guidance, national origin discrimination includes discrimination because of limited English
proficiency(LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP
persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
•Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Federal Trainee Program Special Provisions
(to be used when applicable)
14. FEDERAL TRAINEE PROGRAM
For the Federal training program,the number of trainees orapprentices is shown in the Notice of Bidders.
As part of the prime contractor's equal opportunity affirmative action program, provide on-the-job training to
develop full journeymen in the types of trades or job classifications involved.
The prime contractor has primary responsibility for meeting this training requirement.
If the prime contractor subcontracts a contract part, they shall determine how many trainees or apprentices are
to be trained by the subcontractor. Include these training requirements in each subcontract.
Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1 st year of
apprenticeship or training.
Distribute the number of apprentices or trainees among the work classifications on the basis of the prime
contractor's needs and the availability of journeymen in the various classifications within a reasonable
recruitment area.
Before starting work,the prime contractor shall submit to the County of Fresno:
1. Number of apprentices or trainees to be trained for each classification
2. Training program to be used
3. Training starting date for each classification
The prime contractor shall obtain the County of Fresno's approval for this submitted information before the
prime contractor starts work. The County of Fresno's credits the prime contractor for each apprentice or trainee
the prime contractor employs on the job who is currently enrolled or becomes enrolled in an approved program.
The primary objective of this section is to train and upgrade minorities and women toward journeyman status.
The prime contractor shall make every effort to enroll minority and women apprentices or trainees, such as
conducting systematic and direct recruitment through public and private sources likely to yield minority and
women apprentices or trainees, to the extent they are available within a reasonable recruitment area and show
that they have made the efforts. In making these efforts, the prime contractor shall not discriminate against any
applicant for training.
The prime contractor shall not employ as an apprentice or trainee an employee:
1. In any classification in which the employee has successfully completed a training course leading to
journeyman status or in which the employee has been employed as a journeyman
2. Who is not registered in a program approved by the US Department of Labor, Bureau of
Apprenticeship and Training
The prime contractor shall ask the employee if the employee has successfully completed a training course
leading to journeyman status or has been employed as a journeyman. The prime contractor's records must show
the employee's answers to the questions.
In the training program, the prime contractor shall establish the minimum length and training type for each
Page 16 of 18
Agreement - 36 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
classification. The County of Fresno's and FHWA approves a program if one of the following is met:
1. It is calculated to:
• Meet the equal employment opportunity responsibilities
• Qualify the average apprentice or trainee for journeyman status in the classification involved by
the end of the training period
2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is
administered in a way consistent with the equal employment responsibilities of Federal-aid highway
construction contracts
The prime contractor shall obtain the State's approval for their training program before they start work involving
the classification covered by the program.
The prime contractor shall provide training in the construction crafts, not in clerk-typist or secretarial-type
positions. Training is allowed in lower-level management positions such as office engineers, estimators, and
timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer
classification if significant and meaningful training is provided and approved by the division office. Off-site
training is allowed if the training is an integral part of an approved training program and does not make up a
significant part of the overall training.
The County of Fresno reimburses the prime contractor 80 cents per hour of training given an employee on this
contract under an approved training program:
1. For on-site training
2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and
prime contractor does at least one of the following:
a. Contribute to the cost of the training
b. Provide the instruction to the apprentice or trainee
c. Pay the apprentice's or trainee's wages during the off-site training period
3. If the prime contractor complies with this section.
Each apprentice or trainee must:
1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or
trainee's skill
2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work
classification or until the apprentice or trainee has completed the training program
Furnish the apprentice or trainee a:
1. Copy of the training plan approved by the U.S, Department of Labor or a training plan for trainees
approved by both Caltrans and FHWA
2. Certification showing the type and length of training satisfactorily completed
Maintain records and submit reports documenting contractor's performance under this section.
15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND
SERVICES
In response to significant national security concerns, the agency shall check the prohibited vendor list before
making any telecommunications and video surveillance purchase because recipients and subrecipients of
federal funds are prohibited from obligating or expending loan or grant funds to:
• Procure or obtain;
• Extend or renew a contract to procure or obtain; or
• Enter into a contract (or extend or renew a contract)to procure or obtain equipment, services, or
systems that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.
The prohibited vendors(and their subsidiaries or affiliates)are:
• Huawei Technologies Company;
• ZTE Corporation;
• Hytera Communications Corporation;
Page 17 of 18
Agreement - 37 October 2023
Exhibit A
Required Federal Aid Contract Language From LAPM Exhibit 12-G
• Hangzhou Hikvision Digital Technology Company;
• Dahua Technology Company; and
• Subsidiaries or affiliates of the above-mentioned companies.
In implementing the prohibition, the agency administering loan, grant, or subsidy programs shall prioritize
available funding and technical support to assist affected businesses, institutions and organizations as is
reasonably necessary for those affected entities to transition from covered communications equipment and
services, to procure replacement equipment and services, and to ensure that communications service to users
and customers is sustained.
The contractors should furnish telecommunications and video surveillance equipment with a certificate of
compliance. The certificate must state telecommunications and video surveillance equipment was not procured
or obtained from manufacturers identified in the above list.
Page 18 of 18
Agreement - 38 October 2023
Exhibit B
"General Decision Number: CA20250018 05/23/2025
Superseded General Decision Number: CA20240018
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)(1) .
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
after January 30, 2022: least $17.75 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 2025.
JIf the contract was awarded onl . Executive Order 13658
for between January 1, 2015 andl generally applies to the
January 29, 2022, and the contract.
contract is not renewed or The contractor must pay alll
lextended on or after January covered workers at least 1
130, 2022: 1 $13.30 per hour (or the
applicable wage rate listed)
on this wage determination, 1
if it is higher) for all
hours spent performing on
that contract in 2025. 1
1 1 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2025
1 01/10/2025
2 02/07/2025
3 02/21/2025
4 02/28/2025
5 03/07/2025
6 03/21/2025
7 05/23/2025
ASBE0016-004 05/01/2024
AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,
MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS &
TOULMNE COUNTIES
AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not)
Area 1. . . . . . . . . . . . . . . . . . . . . .$ 34.56 11.40
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 36.53 9.27
----------------------------------------------------------------
ASBE0016-008 01/01/2024
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. . . . . . . . . . . . . . . . . . . . . .$ 84.76 25.07
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 64.56 25.07
----------------------------------------------------------------
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 08/01/2024
Rates Fringes
MARBLE FINISHER. . . . . . . . . . . . . . . . . .$ 42.06 19.80
----------------------------------------------------------------
BRCA0003-003 08/01/2024
Rates Fringes
MARBLE MASON. . . . . . . . . . . . . . . . . . . . .$ 61.72 30.31
----------------------------------------------------------------
BRCA0003-005 05/01/2024
Rates Fringes
BRICKLAYER
( 1) Fresno, Kings,
Madera, Mariposa, Merced. . . .$ 51.17 25.80
( 7) San Francisco, San
Mateo. . . . . . . . . . . . . . . . . . . . . . .$ 57.02 28.50
( 8) Alameda, Contra
Costa, San Benito, Santa
Clara. . . . . . . . . . . . . . . . . . . . . . .$ 56.94 26.28
( 9) Calaveras, San
Joaquin, Stanislaus,
Toulumne. . . . . . . . . . . . . . . . . . . .$ 52.76 25.01
(16) Monterey, Santa Cruz. . .$ 54.18 27.82
----------------------------------------------------------------
BRCA0003-008 07/01/2024
Rates Fringes
TERRAZZO FINISHER. . . . . . . . . . . . . . . .$ 44.93 20.98
TERRAZZO WORKER/SETTER. . . . . . . . . . .$ 60.58 29.79
----------------------------------------------------------------
BRCA0003-011 04/01/2024
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. . . . . . . . . . . . . . . . . . . . . .$ 37.75 19.28
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 34.76 19.22
Area 3. . . . . . . . . . . . . . . . . . . . . .$ 32.68 18.32
Tile Layer
Area 1. . . . . . . . . . . . . . . . . . . . . .$ 59.92 22.62
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 55.17 22.52
Area 3. . . . . . . . . . . . . . . . . . . . . .$ 50.28 22.05
----------------------------------------------------------------
CARP0022-001 07/01/2023
San Francisco County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 60.39 33.52
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 60.54 33.52
Journeyman Carpenter. . . . . . . .$ 60.39 33.52
Millwright. . . . . . . . . . . . . . . . . .$ 60.49 35.11
----------------------------------------------------------------
CARP0034-001 07/01/2021
Rates Fringes
Diver
Assistant Tender, ROV
Tender/Technician. . . . . . . . . . .$ 54.10 34.69
Diver standby. . . . . . . . . . . . . . .$ 60.51 34.69
Diver Tender. . . . . . . . . . . . . . . .$ 59.51 34.69
Diver wet. . . . . . . . . . . . . . . . . . .$ 103.62 34.69
Manifold Operator (mixed
gas) . . . . . . . . . . . . . . . . . . . . . . . .$ 64.51 34.69
Manifold Operator (Standby) .$ 59.51 34.69
DEPTH PAY (Surface Diving) :
050 to 100 ft $2.00 per foot
101 to 150 ft $3.00 per foot
151 to 220 ft $4.00 per foot
221 ft.-deeper $5.00 per foot
SATURATION DIVING:
The standby rate shall apply until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. The diver rate shall be paid for all saturation
hours.
DIVING IN ENCLOSURES:
Where it is necessary for Divers to enter pipes or tunnels,
or other enclosures where there is no vertical ascent, the
following premium shall be paid: Distance traveled from
entrance 26 feet to 300 feet: $1.00 per foot. When it is
necessary for a diver to enter any pipe, tunnel or other
enclosure less than 48"" in height, the premium will be
$1.00 per foot.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
----------------------------------------------------------------
CARP0034-003 07/01/2021
Rates Fringes
Piledriver. . . . . . . . . . . . . . . . . . . . . . .$ 54.10 34.69
----------------------------------------------------------------
CARP0035-007 07/01/2020
AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa
Clara counties
AREA 2: Monterey, San Benito, Santa Cruz Counties
AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San
Joaquin, Stanislaus, Tuolumne Counties
Rates Fringes
Modular Furniture Installer
Area 1
Installer. . . . . . . . . . . . . . . . . .$ 28.76 22.53
Lead Installer. . . . . . . . . . . . .$ 32.21 23.03
Master Installer. . . . . . . . . . .$ 36.43 23.03
Area 2
Installer. . . . . . . . . . . . . . . . . .$ 26.11 22.53
Lead Installer. . . . . . . . . . . . .$ 29.08 23.03
Master Installer. . . . . . . . . . .$ 32.71 23.03
Area 3
Installer. . . . . . . . . . . . . . . . . .$ 25.16 22.53
Lead Installer. . . . . . . . . . . . .$ 27.96 23.03
Master Installer. . . . . . . . . . .$ 31.38 23.03
----------------------------------------------------------------
CARP0035-008 08/01/2020
AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa
Clara counties
AREA 2: Monterey, San Benito, Santa Cruz Counties
AREA 3: San Joaquin
AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced,
Stanislaus, Tuolumne Counties
Rates Fringes
Drywall Installers/Lathers:
Area 1. . . . . . . . . . . . . . . . . . . . . .$ 52.65 31.26
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 46.77 31.26
Area 3. . . . . . . . . . . . . . . . . . . . . .$ 47.27 31.26
Area 4. . . . . . . . . . . . . . . . . . . . . .$ 45.92 31.26
Drywall Stocker/Scrapper
Area 1. . . . . . . . . . . . . . . . . . . . . .$ 26.33 18.22
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 23.39 18.22
Area 3. . . . . . . . . . . . . . . . . . . . . .$ 23.64 18.22
Area 4. . . . . . . . . . . . . . . . . . . . . .$ 22.97 18.22
----------------------------------------------------------------
CARP0152-001 07/01/2020
Contra Costa County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 52.65 30.82
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 52.80 30.82
Journeyman Carpenter. . . . . . . .$ 52.65 30.82
Millwright. . . . . . . . . . . . . . . . . .$ 52.75 32.41
----------------------------------------------------------------
CARP0152-002 07/01/2020
San Joaquin County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 52.65 30.82
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 46.92 30.82
Journeyman Carpenter. . . . . . . .$ 46.77 30.82
Millwright. . . . . . . . . . . . . . . . . .$ 49.27 32.41
----------------------------------------------------------------
CARP0152-004 07/01/2020
Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 52.65 30.82
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 45.57 30.82
Journeyman Carpenter. . . . . . . .$ 45.42 30.82
Millwright. . . . . . . . . . . . . . . . . .$ 47.92 32.41
----------------------------------------------------------------
CARP0217-001 07/01/2023
San Mateo County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 60.39 33.52
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 60.54 33.52
Journeyman Carpenter. . . . . . . .$ 60.39 33.52
Millwright. . . . . . . . . . . . . . . . . .$ 60.49 35.11
----------------------------------------------------------------
CARP0405-001 07/01/2021
Santa Clara County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 55.00 31.49
Journeyman Carpenter. . . . . . . .$ 54.85 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 54.95 33.08
----------------------------------------------------------------
CARP0405-002 07/01/2021
San Benito County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 49.12 31.49
Journeyman Carpenter. . . . . . . .$ 48.97 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 51.47 33.08
----------------------------------------------------------------
CARP0505-001 07/01/2021
Santa Cruz County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 49.12 31.49
Journeyman Carpenter. . . . . . . .$ 48.97 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 51.47 33.08
----------------------------------------------------------------
CARP0605-001 07/01/2021
Monterey County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 49.12 31.49
Journeyman Carpenter. . . . . . . .$ 48.97 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 51.47 33.08
----------------------------------------------------------------
CARP0701-001 07/01/2021
Fresno and Madera Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 47.77 31.49
Journeyman Carpenter. . . . . . . .$ 47.62 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 50.12 33.08
----------------------------------------------------------------
CARP0713-001 07/01/2021
Alameda County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 55.00 31.49
Journeyman Carpenter. . . . . . . .$ 54.85 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 54.95 33.08
----------------------------------------------------------------
CARP1109-001 07/01/2021
Kings County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter. . . . . . . . . . . . . . . . . . .$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer. . . . . . . . . . . . . . . . . . . . . . .$ 47.77 31.49
Journeyman Carpenter. . . . . . . .$ 47.62 31.49
Millwright. . . . . . . . . . . . . . . . . .$ 50.12 33.08
----------------------------------------------------------------
ELEC0006-004 12/01/2024
SAN FRANCISCO COUNTY
Rates Fringes
Sound & Communications
Installer. . . . . . . . . . . . . . . . . . .$ 57.18 3%+27.15
Technician. . . . . . . . . . . . . . . . . .$ 65.76 3%+27.15
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0006-007 06/01/2024
SAN FRANCISCO COUNTY
Rates Fringes
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 91.25 3%+45.315
----------------------------------------------------------------
ELECO100-002 03/01/2025
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 49.00 29.62
----------------------------------------------------------------
ELECO100-005 12/01/2024
FRESNO, KINGS, MADERA
Rates Fringes
Communications System
Installer. . . . . . . . . . . . . . . . . . .$ 45.28 28.01
Technician. . . . . . . . . . . . . . . . . .$ 52.07 28.21
SCOPE OF WORK
Includes the installation testing, service and maintenance,
of the following systems which utilize the transmission
and/or transference of voice, sound, vision and digital for
commercial, education, security and entertainment purposes
for the following: TV monitoring and surveillance,
background-foreground music, intercom and telephone
interconnect, inventory control systems, microwave
transmission, multi-media, multiplex, nurse call system,
radio page, school intercom and sound, burglar alarms, and
low voltage master clock systems.
A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS
Background foreground music, Intercom and telephone
interconnect systems, Telephone systems Nurse call systems,
Radio page systems, School intercom and sound systems,
Burglar alarm systems, Low voltage, master clock systems,
Multi-media/multiplex systems, Sound and musical
entertainment systems, RF systems, Antennas and Wave Guide,
B. FIRE ALARM SYSTEMS Installation, wire pulling and testing
C. TELEVISION AND VIDEO SYSTEMS Television monitoring and
surveillance systems Video security systems, Video
entertainment systems, Video educational systems, Microwave
transmission systems, CATV and CCTV
D. SECURITY SYSTEMS Perimeter security systems Vibration
sensor systems Card access systems Access control systems,
Sonar/infrared monitoring equipment
E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE
INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO
THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and
Data Acquisition) PCM (Pulse Code Modulation) Inventory
Control Systems, Digital Data Systems Broadband and
Baseband and Carriers Point of Sale Systems, VSAT Data
Systems Data Communication Systems RF and Remote Control
Systems, Fiber Optic Data Systems
WORK EXCLUDED Raceway systems are not covered (excluding
Ladder-Rack for the purpose of the above listed systems) .
Chases and/or nipples (not to exceed 10 feet) may be
installed on open wiring systems. Energy management
systems. SCADA (Supervisory Control and Data Acquisition)
when not intrinsic to the above listed systems (in the
scope) . Fire alarm systems when installed in raceways
(including wire and cable pulling) shall be performed at
the electrician wage rate, when either of the following two
(2) conditions apply:
1. The project involves new or major remodel building trades
construction.
2. The conductors for the fire alarm system are installed in
conduit.
----------------------------------------------------------------
ELECO234-001 12/23/2024
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
ELECTRICIAN
Zone A. . . . . . . . . . . . . . . . . . . . . .$ 68.16 31.29
Zone B. . . . . . . . . . . . . . . . . . . . . .$ 74.98 31.50
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
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 03/01/2025
CONTRA COSTA COUNTY
Rates Fringes
CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 74.54 36.09
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 66.26 35.84
----------------------------------------------------------------
ELEC0302-003 12/01/2023
CONTRA COSTA COUNTY
Rates Fringes
Sound & Communications
Installer. . . . . . . . . . . . . . . . . . .$ 48.44 27.60
Technician. . . . . . . . . . . . . . . . . .$ 55.71 27.82
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 06/01/2024
SANTA CLARA COUNTY
Rates Fringes
CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 100.25 46.72
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 87.17 46.33
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 12/01/2024
SANTA CLARA COUNTY
Rates Fringes
Sound & Communications
Installer. . . . . . . . . . . . . . . . . . .$ 56.68 28.35
Technician. . . . . . . . . . . . . . . . . .$ 65.18 28.61
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0595-001 06/01/2024
ALAMEDA COUNTY
Rates Fringes
CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 84.18 3%+44.68
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 73.20 3%+44.68
----------------------------------------------------------------
ELEC0595-002 06/01/2024
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 59.34 3%+30.48
ELECTRICIAN
(1) Tunnel work. . . . . . . . . . . . .$ 51.92 3%+30.48
(2) All other work. . . . . . . . .$ 49.45 3%+30.48
----------------------------------------------------------------
ELEC0595-006 12/01/2024
ALAMEDA COUNTY
Rates Fringes
Sound & Communications
Installer. . . . . . . . . . . . . . . . . . .$ 56.68 3%+26.65
Technician. . . . . . . . . . . . . . . . . .$ 65.18 3%+26.65
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 12/01/2024
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
Communications System
Installer. . . . . . . . . . . . . . . . . . .$ 45.28 3%+26.65
Technician. . . . . . . . . . . . . . . . . .$ 52.07 3%+26.65
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 06/01/2024
SAN MATEO COUNTY
Rates Fringes
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 82.00 48.05
----------------------------------------------------------------
ELEC0617-003 12/01/2023
SAN MATEO COUNTY
Rates Fringes
Sound & Communications
Installer. . . . . . . . . . . . . . . . . . .$ 53.18 27.75
Technician. . . . . . . . . . . . . . . . . .$ 61.16 27.98
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 12/01/2024
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 48.50 30.09
CABLE SPLICER = 110% of Journeyman Electrician
----------------------------------------------------------------
ELEC0684-004 12/01/2024
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
Communications System
Installer. . . . . . . . . . . . . . . . . . .$ 45.28 28.01
Technician. . . . . . . . . . . . . . . . . .$ 52.07 28.21
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 01/01/2025
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer. .$ 70.16 24.71
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment) . . . . . . . . . . . . .$ 53.30 22.26
(3) Groundman. . . . . . . . . . . . . . .$ 40.76 21.76
(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 01/01/2025
Rates Fringes
ELEVATOR MECHANIC. . . . . . . . . . . . . . . .$ 84.05 38.435+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 07/01/2024
""AREA 1"" WAGE RATES ARE LISTED BELOW
""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(AREA 1: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 64.15 30.89
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 62.62 30.89
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 61.14 30.89
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 59.76 30.89
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 58.49 30.89
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 57.17 30.89
GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 56.03 30.89
GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 54.89 30.89
GROUP 8-A. . . . . . . . . . . . . . . . . . .$ 52.68 30.89
OPERATOR: Power Equipment
(Cranes and Attachments -
AREA 1: )
GROUP 1
Cranes. . . . . . . . . . . . . . . . . . . . .$ 52.30 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 43.79 31.15
Truck crane oiler. . . . . . . . . .$ 46.08 31.15
GROUP 2
Cranes. . . . . . . . . . . . . . . . . . . . .$ 50.54 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 42.83 31.15
Truck crane oiler. . . . . . . . . .$ 45.07 31.15
GROUP 3
Cranes. . . . . . . . . . . . . . . . . . . . .$ 48.80 31.15
Hydraulic. . . . . . . . . . . . . . . . . .$ 44.44 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 42.55 31.15
Truck crane oiler. . . . . . . . . .$ 44.83 31.15
GROUP 4
Cranes. . . . . . . . . . . . . . . . . . . . .$ 45.76 31.15
OPERATOR: Power Equipment
(Piledriving - AREA 1: )
GROUP 1
Lifting devices. . . . . . . . . . . .$ 52.64 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 43.38 31.15
Truck Crane Oiler. . . . . . . . . .$ 45.66 31.15
GROUP 2
Lifting devices. . . . . . . . . . . .$ 50.82 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 43.11 31.15
Truck Crane Oiler. . . . . . . . . .$ 45.41 31.15
GROUP 3
Lifting devices. . . . . . . . . . . .$ 49.14 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 42.89 31.15
Truck Crane Oiler. . . . . . . . . .$ 45.12 31.15
GROUP 4
Lifting devices. . . . . . . . . . . .$ 47.37 31.15
GROUP 5
Lifting devices. . . . . . . . . . . .$ 44.73 31.15
GROUP 6
Lifting devices. . . . . . . . . . . .$ 42.50 31.15
OPERATOR: Power Equipment
(Steel Erection - AREA 1: )
GROUP 1
Cranes. . . . . . . . . . . . . . . . . . . . .$ 53.27 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 43.72 31.15
Truck Crane Oiler. . . . . . . . . .$ 45.95 31.15
GROUP 2
Cranes. . . . . . . . . . . . . . . . . . . . .$ 51.50 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 43.45 31.15
Truck Crane Oiler. . . . . . . . . .$ 45.73 31.15
GROUP 3
Cranes. . . . . . . . . . . . . . . . . . . . .$ 50.02 31.15
Hydraulic. . . . . . . . . . . . . . . . . .$ 45.07 31.15
Oiler. . . . . . . . . . . . . . . . . . . . . .$ 43.23 31.15
Truck Crane Oiler. . . . . . . . . .$ 45.46 31.15
GROUP 4
Cranes. . . . . . . . . . . . . . . . . . . . .$ 48.00 31.15
GROUP 5
Cranes. . . . . . . . . . . . . . . . . . . . .$ 46.70 31.15
OPERATOR: Power Equipment
(Tunnel and Underground Work
- AREA 1: )
SHAFTS, STOPES, RAISES:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 60.25 30.89
GROUP 1-A. . . . . . . . . . . . . . . . . .$ 62.72 30.89
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 58.99 30.89
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 57.66 30.89
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 56.52 30.89
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 55.38 30.89
UNDERGROUND:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 60.15 30.89
GROUP 1-A. . . . . . . . . . . . . . . . . .$ 62.62 30.89
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 58.89 30.89
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 57.56 30.89
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 56.42 30.89
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 55.28 30.89
FOOTNOTE: Work suspended by ropes or cables, or work on a
Yo-Yo Cat: $.60 per hour additional.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Operator of helicopter (when used in erection work);
Hydraulic excavator, 7 cu. yds. and over; Power shovels,
over 7 cu. yds.
GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu.
yds. up to 7 cu. yds. ; Licensed construction work boat
operator, on site; Power blade operator (finish); Power
shovels, over 1 cu. yd. up to and including 7 cu. yds.
m.r.c.
GROUP 3: Asphalt milling machine; Cable backhoe; Combination
backhoe and loader over 3/4 cu. yds. ; Continuous flight tie
back machine assistant to engineer or mechanic; Crane
mounted continuous flight tie back machine, tonnage to
apply; Crane mounted drill attachment, tonnage to apply;
Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2
cu. yds.; Loader 4 cu. yds. and over; Long reach excavator;
Multiple engine scraper (when used as push pull); Power
shovels, up to and including 1 cu. yd.; Pre-stress wire
wrapping machine; Side boom cat, 572 or larger; Track
loader 4 cu. yds. and over; Wheel excavator (up to and
including 750 cu. yds. per hour)
GROUP 4: Asphalt plant engineer/box person; Chicago boom;
Combination backhoe and loader up to and including 3/4 cu.
yd.; Concrete batch plant (wet or dry); Dozer and/or push
cat; Pull- type elevating loader; Gradesetter, grade
checker (GPS, mechanical or otherwise); Grooving and
grinding machine; Heading shield operator; Heavy-duty
drilling equipment, Hughes, 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
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
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
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 08/01/2024
Rates Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING: )
AREA 1:
(1) Leverman. . . . . . . . . . . . . . .$ 60.61 39.55
(2) Dredge Dozer; Heavy
duty repairman. . . . . . . . . . . . .$ 55.65 39.55
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator. . . . . . . . . . . . . . . . . . .$ 54.53 39.55
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler. .$ 51.23 39.55
AREA 2:
(1) Leverman. . . . . . . . . . . . . . .$ 62.61 39.55
(2) Dredge Dozer; Heavy
duty repairman. . . . . . . . . . . . .$ 57.65 39.55
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator. . . . . . . . . . . . . . . . . . .$ 56.53 39.55
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler. .$ 53.23 39.55
AREA DESCRIPTIONS
AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2: MODOC COUNTY
THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2
AS NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Remainder
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY:
Area 1: Remainder
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
MONTERREY COUNTY
Area 1: Except Southwestern part
Area 2: Southwestern part
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: Al but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Remainder
TEHAMA COUNTY:
Area 1: All but the Western border with Mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeastern border with
Shasta County
Area 2: Remainder
TUOLUMNE COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
----------------------------------------------------------------
ENGIO003-019 07/01/2024
SEE AREA DESCRIPTIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(LANDSCAPE WORK ONLY)
GROUP 1
AREA 1. . . . . . . . . . . . . . . . . . . . .$ 52.40 28.52
AREA 2. . . . . . . . . . . . . . . . . . . . .$ 54.40 28.52
GROUP 2
AREA 1. . . . . . . . . . . . . . . . . . . . .$ 48.80 28.52
AREA 2. . . . . . . . . . . . . . . . . . . . .$ 50.80 28.52
GROUP 3
AREA 1. . . . . . . . . . . . . . . . . . . . .$ 44.19 28.52
AREA 2. . . . . . . . . . . . . . . . . . . . .$ 46.19 28.52
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
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
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 01/01/2025
ALAMEDA, CONTRA COSTA, SAN MATEO, SANTA CLARA COUNTIES
Rates Fringes
Ironworkers:
Fence Erector. . . . . . . . . . . . . . .$ 45.78 26.51
Ornamental, Reinforcing
and Structural. . . . . . . . . . . . . .$ 55.33 35.15
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
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
IRON0377-003 01/01/2025
SAN FRANCISCO CITY and COUNTY
Rates Fringes
Ironworkers:
Fence Erector. . . . . . . . . . . . . . .$ 45.78 26.51
Ornamental, Reinforcing
and Structural. . . . . . . . . . . . . .$ 55.83 35.15
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
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
IRON0433-005 01/01/2025
REMAINING COUNTIES
Rates Fringes
IRONWORKER
Fence Erector. . . . . . . . . . . . . . .$ 45.78 26.51
Ornamental, Reinforcing
and Structural. . . . . . . . . . . . . .$ 50.70 35.15
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
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LAB00067-006 07/01/2024
AREA ""1"" - ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND
SANTA CLARA COUNTIES
AREA ""2"" - CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA,
MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS, AND
TUOLUMNE COUNTIES
Rates Fringes
LABORER (ASBESTOS/MOLD/LEAD
LABORER)
Area 1. . . . . . . . . . . . . . . . . . . . . .$ 37.75 29.69
Area 2. . . . . . . . . . . . . . . . . . . . . .$ 36.75 29.69
ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial
site clean-up; site preparation; removal of
asbestos-containing materials from walls and ceilings; or
from pipes, boilers and mechanical systems only if they are
being scrapped; encapsulation, enclosure and disposal of
asbestos-containing materials by hand or with equipment or
machinery; scaffolding; fabrication of temporary wooden
barriers; and assembly of decontamination stations.
----------------------------------------------------------------
LAB00073-002 07/01/2023
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person. .$ 36.26 27.30
Traffic Control Person I. . . .$ 36.56 27.30
Traffic Control Person II. . .$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00073-003 07/01/2023
SAN JOAQUIN COUNTY
Rates Fringes
LABORER
Mason Tender-Brick. . . . . . . . . .$ 36.29 25.55
----------------------------------------------------------------
LAB00073-005 06/26/2023
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00073-007 06/26/2023
CALAVERAS AND SAN 30AQUIN COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS)
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 36.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 35.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 35.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 36.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 30.37 23.20
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS)
(1) New Construction. . . . . . . .$ 35.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
LABORER (GUNITE)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
LABORER (WRECKING)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth. ) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only) . The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"" .
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00073-009 07/01/2023
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
LABORER (Plaster Tender) . . . . . . . . .$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00261-003 07/01/2023
SAN FRANCISCO AND SAN MATEO COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person. .$ 37.26 27.30
Traffic Control Person I. . . .$ 37.56 27.30
Traffic Control Person II. . .$ 35.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00261-005 06/26/2023
SAN FRANCISCO AND SAN MATEO COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00261-009 06/26/2023
SAN FRANCISCO, AND SAN MATEO COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A: )
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 37.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 36.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 36.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 37.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 31.37 23.20
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A: )
(1) New Construction. . . . . . . .$ 36.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
LABORER (WRECKING - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
Laborers: (GUNITE - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 37.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth. ) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; 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; letting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only) . The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"" .
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00261-011 07/01/2023
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
MASON TENDER, BRICK. . . . . . . . . . . . . .$ 37.05 27.45
FOOTNOTES: Underground work such as sewers, manholes, catch
basins, sewer pipes, telephone conduits, tunnels and cut
trenches: $5.00 per day additional. Work in live sewage:
$2.50 per day additional.
----------------------------------------------------------------
LAB00261-014 07/01/2023
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
PLASTER TENDER. . . . . . . . . . . . . . . . . . .$ 41.93 30.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00270-003 07/01/2023
AREA A: SANTA CLARA
AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person
Area A. . . . . . . . . . . . . . . . . . . . .$ 37.26 27.30
Area B. . . . . . . . . . . . . . . . . . . . .$ 36.26 27.30
Traffic Control Person I
Area A. . . . . . . . . . . . . . . . . . . . .$ 37.56 27.30
Area B. . . . . . . . . . . . . . . . . . . . .$ 36.56 27.30
Traffic Control Person II
Area A. . . . . . . . . . . . . . . . . . . . .$ 35.06 27.30
Area B. . . . . . . . . . . . . . . . . . . . .$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00270-004 06/26/2023
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00270-005 07/01/2023
MONTEREY AND SAN BENITO COUNTIES
Rates Fringes
LABORER
Mason Tender-Brick. . . . . . . . . .$ 36.29 25.55
----------------------------------------------------------------
LAB00270-007 06/26/2023
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B)
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 36.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 35.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 35.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 36.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 36.08 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B)
(1) New Construction. . . . . . . .$ 35.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
LABORER (GUNITE - AREA B)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
LABORER (WRECKING - AREA B)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
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 spnder, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; lack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth. ) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 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; letting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only) . The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"" .
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00270-010 06/26/2023
SANTA CLARA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A: )
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 37.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 36.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 36.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 37.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 37.08 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A: )
(1) New Construction. . . . . . . .$ 36.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
LABORER (GUNITE - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 37.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
LABORER (WRECKING - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth. ) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only) . The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"" .
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00270-011 07/01/2023
MONTEREY, SAN BENITO, SANTA CRUZ, SANTA CLARA COUNTIES
Rates Fringes
LABORER (Plaster Tender) . . . . . . . . .$ 40.68 29.68
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00294-001 07/01/2023
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
LABORER (Brick)
Mason Tender-Brick. . . . . . . . . .$ 36.29 25.55
----------------------------------------------------------------
LAB00294-002 07/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person. .$ 36.26 27.30
Traffic Control Person I. . . .$ 36.56 27.30
Traffic Control Person II. . .$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00294-005 06/26/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00294-008 06/26/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B: )
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 36.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 35.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 35.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 36.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 36.08 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B: )
(1) New Construction. . . . . . . .$ 35.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
LABORER (GUNITE - AREA B: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
LABORER (WRECKING - AREA B: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
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; 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 spnder, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; lack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth. ) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 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; letting; 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 07/01/2023
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS & TUOLUMNE
Rates Fringes
Plasterer tender. . . . . . . . . . . . . . . . .$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00294-011 07/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (Plaster Tender) . . . . . . . . .$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00304-002 07/01/2023
ALAMEDA COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person. .$ 37.26 27.30
Traffic Control Person I. . . .$ 37.56 27.30
Traffic Control Person II. . .$ 35.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00304-003 06/26/2023
ALAMEDA COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00304-004 06/26/2023
ALAMEDA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A: )
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 37.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 36.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 36.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 37.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 37.08 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A: )
(1) New Construction. . . . . . . .$ 36.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
LABORER (GUNITE - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 37.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
LABORER (WRECKING - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
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; letting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only) . The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"" .
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00304-005 07/01/2023
ALAMEDA COUNTY
Rates Fringes
Brick Tender. . . . . . . . . . . . . . . . . . . . .$ 37.05 27.45
FOOTNOTES: Work on jobs where heat-protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
----------------------------------------------------------------
LAB00304-008 07/01/2023
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Plasterer tender. . . . . . . . . . . . . . . . .$ 41.93 30.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00324-002 07/01/2023
CONTRA COSTA COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person. .$ 37.26 27.30
Traffic Control Person I. . . .$ 37.56 27.30
Traffic Control Person II. . .$ 35.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00324-006 06/26/2023
CONTRA COSTA COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00324-012 06/26/2023
CONTRA COSTA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A: )
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 37.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 36.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 36.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 37.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 37.08 27.30
GROUP 1-g. . . . . . . . . . . . . . . . . . .$ 36.70 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULURAL & LANDSCAPE
LABORERS - AREA A: )
(1) New Construction. . . . . . . .$ 36.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 29.94 27.30
LABORER (GUNITE - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 37.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36.25 27.30
LABORER (WRECKING - AREA A: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
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 spnder, 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 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
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; letting; 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 07/01/2023
CONTRA COSTA COUNTY:
Rates Fringes
Brick Tender. . . . . . . . . . . . . . . . . . . . .$ 37.05 27.45
FOOTNOTES: Work on jobs where heat-protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
----------------------------------------------------------------
LABO0324-018 07/01/2023
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Plasterer tender. . . . . . . . . . . . . . . . .$ 41.93 30.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB01130-002 07/01/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person. .$ 36.26 27.30
Traffic Control Person I. . . .$ 36.56 27.30
Traffic Control Person II. . .$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB01130-003 06/26/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 45.89 27.72
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 45.66 27.72
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 45.41 27.72
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 44.96 27.72
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.42 27.72
Shotcrete Specialist. . . . . . . .$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB01130-005 07/01/2023
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
LABORER
Mason Tender-Brick. . . . . . . . . .$ 36.29 25.55
----------------------------------------------------------------
LAB01130-007 06/26/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B: )
Construction Specialist
Group. . . . . . . . . . . . . . . . . . . . . . .$ 36.20 27.30
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 1-a. . . . . . . . . . . . . . . . . . .$ 35.72 27.30
GROUP 1-c. . . . . . . . . . . . . . . . . . .$ 35.55 27.30
GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 36.05 27.30
GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 36.08 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B: )
(1) New Construction. . . . . . . .$ 35.25 27.30
(2) Establishment Warranty
Period. . . . . . . . . . . . . . . . . . . . . .$ 28.94 27.30
LABORER (GUNITE - AREA B: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.46 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.96 27.30
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.37 27.30
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 35.25 27.30
LABORER (WRECKING - AREA B: )
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.50 27.30
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth. ) In the event the
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; letting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only) . The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"" .
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB01130-008 07/01/2023
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS & TUOLUMNE
Rates Fringes
Plasterer tender. . . . . . . . . . . . . . . . .$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB01130-009 07/01/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (Plaster Tender) . . . . . . . . .$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0016-001 01/01/2025
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA
CLARA, AND SANTA CRUZ COUNTIES
Rates Fringes
Painters: . . . . . . . . . . . . . . . . . . . . . . . .$ 53.38 28.04
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 - $6.00 per houir additional
----------------------------------------------------------------
PAIN0016-003 01/01/2025
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN
JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES
Rates Fringes
Drywall Finisher/Taper
AREA 1. . . . . . . . . . . . . . . . . . . . . .$ 63.76 32.69
AREA 2. . . . . . . . . . . . . . . . . . . . . .$ 59.63 31.29
----------------------------------------------------------------
PAIN0016-012 01/01/2024
ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO,
SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES
Rates Fringes
SOFT FLOOR LAYER. . . . . . . . . . . . . . . . .$ 59.00 33.03
----------------------------------------------------------------
PAIN0016-015 01/01/2025
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PAINTER
Brush. . . . . . . . . . . . . . . . . . . . . . .$ 43.45 22.80
FOOTNOTES:
SPRAY/SANDBLAST: $0.50 additional per hour.
EXOTIC MATERIALS: $1.25 additional per hour.
HIGH TIME: Over 50 ft above ground or water level $2.00
additional per hour. 100 to 180 ft above ground or water
level $4.00 additional per hour. Over 180 ft above ground
or water level $6.00 additional per hour.
----------------------------------------------------------------
PAIN0016-022 01/01/2025
SAN FRANCISCO COUNTY
Rates Fringes
PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 57.00 28.04
----------------------------------------------------------------
PAIN0169-001 01/01/2023
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:
Rates Fringes
GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 44.33 28.88
----------------------------------------------------------------
PAIN0169-005 01/01/2024
ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA & SANTA CRUZ COUNTIES
Rates Fringes
GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 56.22 34.00
----------------------------------------------------------------
PAIN0294-004 07/01/2023
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
PAINTER
Brush, Roller. . . . . . . . . . . . . . .$ 34.49 21.80
Drywall Finisher/Taper. . . . . .$ 35.74 21.80
FOOTNOTE:
Spray Painters & Paperhangers recive $1.00 additional per
hour. Painters doing Drywall Patching receive $1.25
additional per hour. Lead Abaters & Sandblasters receive
$1.50 additional per hour. High Time - over 30 feet (does
not include work from a lift) $0.75 per hour additional.
----------------------------------------------------------------
PAIN0294-005 01/01/2023
FRESNO, KINGS & MADERA
Rates Fringes
SOFT FLOOR LAYER. . . . . . . . . . . . . . . . .$ 38.53 23.19
----------------------------------------------------------------
PAIN0767-001 01/01/2024
CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 43.25 35.62
PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day,
President's Day, Memorial Day, Independence Day, Labor Day,
Veteran's Day, Thanksgiving Day, and Christmas Day.
Employee required to wear a body harness shall receive $1.50
per hour above the basic hourly rate at any elevation.
----------------------------------------------------------------
PAIN1176-001 07/01/2022
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 40.83 17.62
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 34.71 17.62
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.11 17.62
CLASSIFICATIONS
GROUP 1: Striper: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape, traffic
stripes and markings
GROUP 2: Gamecourt & Playground Installer
GROUP 3: Protective Coating, Pavement Sealing
----------------------------------------------------------------
PAIN1237-003 01/01/2024
CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE
COUNTIES:
Rates Fringes
SOFT FLOOR LAYER. . . . . . . . . . . . . . . . .$ 48.54 26.59
----------------------------------------------------------------
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 07/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
PLUMBER (Plumber,
Steamfitter, Refrigeration
Fitter) . . . . . . . . . . . . . . . . . . . . . . . . . .$ 85.50 48.98
----------------------------------------------------------------
PLUM0038-005 07/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter) . . . . .$ 72.68 32.91
----------------------------------------------------------------
PLUM0062-001 01/01/2025
MONTEREY AND SANTA CRUZ COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER. . . . . . . . . . . .$ 55.00 42.35
----------------------------------------------------------------
PLUM0159-001 07/01/2024
CONTRA COSTA COUNTY
Rates Fringes
Plumber and steamfitter
(1) Refrigeration. . . . . . . . . . .$ 65.28 48.04
(2) All other work. . . . . . . . . .$ 66.17 48.04
----------------------------------------------------------------
PLUM0246-001 01/01/2025
FRESNO, KINGS & MADERA COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER. . . . . . . . . . . .$ 51.65 41.59
----------------------------------------------------------------
* PLUM0246-004 01/01/2017
FRESNO, MERCED & SAN JOAQUIN COUNIES
Rates Fringes
PLUMBER (PIPE TRADESMAN) . . . . . . . . .$ 13.00 ** 10.74
PIPE TRADESMAN SCOPE OF WORK:
Installation of corrugated metal piping for drainage, as well
as installation of corrugated metal piping for culverts in
connection with storm sewers and drains; Grouting, dry
packing and diapering of joints, holes or chases including
paving over joints, in piping; Temporary piping for dirt
work for building site preparation; Operating jack hammers,
pavement breakers, chipping guns, concrete saws and spades
to cut holes, chases and channels for piping systems;
Digging, grading, backfilling and ground preparation for
all types of pipe to all points of the jobsite; Ground
preparation including ground leveling, layout and planting
of shrubbery, trees and ground cover, including watering,
mowing, edging, pruning and fertilizing, the breaking of
concrete, digging, backfilling and tamping for the
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 07/01/2024
ALAMEDA & CONTRA COSTA COUNTIES
Rates Fringes
PIPEFITTER
CONTRA COSTA COUNTY. . . . . . . . .$ 78.00 48.20
PLUMBER, PIPEFITTER,
STEAMFITTER
ALAMEDA COUNTY. . . . . . . . . . . . . .$ 78.00 48.20
----------------------------------------------------------------
PLUM0355-004 07/01/2024
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. . . . . . . . . . .$ 34.51 18.30
----------------------------------------------------------------
PLUM0393-001 07/01/2021
SAN BENITO AND SANTA CLARA COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER. . . . . . . . . . . . . . .$ 68.76 46.63
----------------------------------------------------------------
PLUM0442-001 01/01/2025
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER. . . . . . . . . . . .$ 55.95 37.64
----------------------------------------------------------------
PLUM0467-001 07/01/2024
SAN MATEO COUNTY
Rates Fringes
Plumber/Pipefitter/Steamfitter. . .$ 83.75 40.65
----------------------------------------------------------------
ROOF0027-002 09/01/2024
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 45.76 16.86
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:
$2.00 per hour additional.
----------------------------------------------------------------
ROOF0040-002 08/01/2024
SAN FRANCISCO & SAN MATEO COUNTIES:
Rates Fringes
ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 55.30 22.97
----------------------------------------------------------------
ROOF0081-001 08/01/2023
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Roofer. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 52.47 22.31
----------------------------------------------------------------
ROOF0081-004 08/01/2024
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
Rates Fringes
ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 49.65 22.19
----------------------------------------------------------------
ROOF0095-002 08/01/2023
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
Rates Fringes
ROOFER
Bitumastic, Enameler, Coal
Tar, Pitch and Mastic
worker. . . . . . . . . . . . . . . . . . . . . .$ 57.17 21.51
Journeyman. . . . . . . . . . . . . . . . . .$ 53.17 21.51
Kettle person (2 kettles) . . .$ 55.17 21.51
----------------------------------------------------------------
SFCA0483-001 01/01/2025
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
Rates Fringes
SPRINKLER FITTER (FIRE) . . . . . . . . . .$ 78.94 39.10
----------------------------------------------------------------
SFCA0669-011 01/01/2025
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,
SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
Rates Fringes
SPRINKLER FITTER. . . . . . . . . . . . . . . . .$ 46.42 28.42
----------------------------------------------------------------
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 JOAQUIN COUNTIES:
Rates Fringes
SHEET METAL WORKER. . . . . . . . . . . . . . .$ 44.34 39.22
----------------------------------------------------------------
SHEE0104-005 07/01/2021
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
SHEET METAL WORKER (Excluding
metal deck and siding) . . . . . . . . . . .$ 41.28 45.41
----------------------------------------------------------------
SHEE0104-007 07/01/2021
FRESNO, KINGS, AND MADERA COUNTIES:
Rates Fringes
SHEET METAL WORKER. . . . . . . . . . . . . . .$ 44.07 40.79
----------------------------------------------------------------
SHEE0104-015 07/01/2020
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
Rates Fringes
SHEET METAL WORKER (Metal
Decking and Siding only) . . . . . . . . .$ 44.45 35.55
----------------------------------------------------------------
SHEE0104-018 07/01/2020
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
Sheet metal worker (Metal
decking and siding only) . . . . . . . . .$ 44.45 35.55
----------------------------------------------------------------
TEAM0094-001 07/01/2024
Rates Fringes
Truck drivers:
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 41.54 33.25
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 41.84 33.25
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 42.14 33.25
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 42.49 33.25
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 42.84 33.25
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
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.;
letting 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;
letting 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 ($17.75) or 13658
($13.30) . Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
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://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) (iii)) .
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate 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. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in 7anuary, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the 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. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1) .
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h) . Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail 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 an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) .
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail 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 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.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION"