Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Grand Avenue Pathway Connector Project Construction ContractCity of San Rafael ♦ California
Agreement for
Grand Avenue Pathway Connector Project
City Project No. 11173
This Agreement is made and entered into this l0 day of A�t 2018 by and between the City of San Rafael
(hereinafter called City) and Valentine Corporation (hereinafter called Contractor). Witnesseth, that the City and
the Contractor, for the considerations hereinafter named, agree as follows:
I - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to
perform all of the work described in the specifications for the project entitled: Grand Avenue Pathway Connector
Project, City Project No. 11173, all in accordance with the requirements and provisions of the Contract Documents
as defined in the General Conditions which are hereby made a part of this Agreement. The Contractor further agrees
to abide by the federal minimum wage rates and Required Contract Provisions for Federal -Aid Construction Contracts
attached hereto as Attachments A and B, respectively.
II- Time of Completion
(a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the
date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed, including all punchlist work, within Ninety -rive (95) Working Days and with
such extensions of time as are provided for in the General Provisions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and
extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by
reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,000 for each and
every calendar day's delay in finishing the work in excess of the number of working days prescribed above; and the
Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the
amount thereof from any moneys due or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number
of each of the units of work in the following schedule completed at the unit price stated. The number of units contained
in this schedule is approximate only, and the final payment shall be made for the actual number of units that are
incorporated in or made necessary by the work covered by the Contract, provided that the total compensation under
this Contract shall not exceed the Grand Total Bid written below unless a written amendment is executed by the City
and the Contractor.
ITEDI
DESCRIPTION
ESTIi\IATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1
Mobilization (3% Max) (18-2)
1
LS
«
$53.000.00 —
$537000
2
Signs and Traffic Control (18-3)
1
LS
r%
$154.725.00 -
$154,725
3
Clearing and Grubbing (18-5)
1
LS
a
$250,000.00 _
—
$250,000
4
Hot Mix Asphalt (18-07)
150
Ton
n
$525.00 —
$78,750
5
Minor Concrete (18-8)
a. Type A Curb and Gutter
350
LF
a,
$98.00 —
$34.300
)�_ I__11U
AGREEMENT -1
ORIGINAL
ITEINI DESCRIPTION ESTINI.ATED UNIT UNIT PRICE TOTAL PRICE
QUANTITY
b. 4" Thick PCC Sidewalk
c. 8" Thick PCC on Vehicle Bridge
d. 6" Tall Retaining Curb
e. Sidewalk Retaining Wall
6 Cast -in -Place Concrete (18-9)
a. Bridge Approach Retaining Wall
(Sheet S1.2, Detail 2)
b. Bridge Approach Retaining Wall
(Sheet S 1.2, Detail 2A)
c. Concrete Abutments
d. Barriers and Handrailing
i. Type 26 Barrier with Handrailing
ii. Type 732 Barrier with Handrailing
7 Precast Abutment Piles (18-10)
8 Prefabricated Pedestrian Bridge (18-11)
9 Cable Railing, Posts, and Miscellaneous
Steel (18-12)
10 Electrical Systems (18-13)
11 Bollards (18-14)
12 Roadside Signs (18-15)
a. Relocate Existing Sign to New Post
13 Traffic Stripes and Pavement Markings
(18-17)
a. Detail 9 Stripe (Thermoplastic)
b. Detail 22 Stripe (Thermoplastic)
c. 4" White Stripe (Paint)
d. Paint Curb Red
e. Install 6" x 4' Wheel Stops
14 Landscape Improvements (18-18)
15 Methacrylate Resin Treatment
a. Prepare Concrete Bridge Deck
Surface*
b. Treat Bridge Deck*
C. Furnish Bridge Deck Treatment
Material (low odor)
4,100
SF
a
$11.00 —
$45,100
1,250
SF
cr
$28.00 —
$35,000
50
LF
ci
$45.00 =
$2.250
165
LF
a
$252.00
$41,580
80
LF
a
$230.00 —
$18,400
30
LF
ci
$540.00
$16,200
2
EA
$22,000.00 =
$44.000
ct
260
LF
cr
$350.00 _
$91.000
260
LF
a
$320.00 =
$83,200
12
EA
ct
$10.000.00 —
$ 120.000
1
LS
a
$450,000.00 —
$450,000
$21,000.00
$21,000
1
LS
cc,
_
1
LS
a
$165.000.00 —
$165.000
2
EA
a,
$2,000.00 —
$4.000
3
EA
cc
$135.00 =
$405
500
LF
n
$4.25 _
$2,125
500
LF
n
$7.00 _
$3.500
350
LF
cy
$13.00 =
$4,550
700
LF
cy
$3.75 =
$2,625
16
EA
cc
$120.00
$1,920
$2,500.00
$2,500
1
LS
a
—
9700 SF $2.25 — $21,825
9700 SF cc $1.85 — $17,945
90 GAL cr $133.00 $11,970
GRAND TOTAL BID: $1,776,870.00
AGREEMENT -2
V -Insurance
(a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the
following insurance policies:
A commercial general liability insurance policy in the minimum amount of five million dollars
($5,000,000) per occurrence ten million dollars ($10,000,000) aggregate, for death, bodily injury,
personal injury, or property damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum
amount of one million dollars ($1,000,000) dollars per occurrence.
3. If it employs any person, Contractor shall maintain worker's compensation insurance, as required by
the State of California, with statutory limits, and employer's liability insurance with limits of no less
than one million dollars ($1,000,000) per accident for bodily injury or disease. Contractor's worker's
compensation insurance shall be specifically endorsed to waive any right of subrogation against City.
(b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) of this
section above shall also meet the following requirements:
I. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees,
and volunteers, as additionally named insureds under the policies.
2. The additional insured coverage under Contractor's insurance policies shall be primary with respect to
any insurance or coverage maintained by City and shall not call upon City insurance or self-insurance
coverage for any contribution. The "primary and noncontributory" coverage in Contractor's policies
shall be at least as broad as ISO form CG20 01 04 13.
3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability
and personal injury.
4. By execution of this Agreement, Contractor hereby grants to City a waiver of any right to
subrogation which any insurer of Contractor may acquire against City by virtue of the payment of
any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary
to effect this waiver of subrogation, but this provision applies regardless of whether or not City has
received a waiver of subrogation endorsement fi-om the insurer.
5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said
insurance coverage shall survive for a period of not less than five years.
6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective
date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and
umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain
a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit
of City (if agreed to in a written contract or agreement) before City's own insurance or self-insurance
shall be called upon to protect it as a named insured.
8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in
excess of the specified minimum insurance coverage requirements and/or limits shall be available to
City or any other additional insured party. Furthermore, the requirements for coverage and limits shall
be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and
maximum limits of coverage of any insurance policy or proceeds available to the named insured;
whichever is greater.
AGREEMENT -3
(c ) Deductibles and SIR'S. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared
to and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured retention
(SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or
City or other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City
shall be reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses
and related investigations, claims administration, attorney's fees and defense expenses.
(d) Proof of Insurance. Contractor shall provide to the City all of the following: (1) Certificates of Insurance evidencing
the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page
listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or
specific endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right
to obtain a full certified copy of any insurance policy and endorsements from Contractor. Failure to exercise this right
shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency
by City.
VI - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate
covering the total quantities under each item of work that have been completed from the start of the job up to and
including the 25th day of the preceding month, and the value of the work so completed determined in accordance
with the schedule of unit prices for such items together with such supporting evidence as may be required by the
City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made,
pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) The Contractor may elect to receive 100% of payments due under the contract from time to time, without
retention of any portion of the payment by the public agency, by depositing securities of equivalent value with
the public agency in accordance with the provisions of Section 22300 of the Public Contract Code. Such
securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on
valuation of the securities shall be final.
VII - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the City Engineer shall
within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract
fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work
required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and
the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the
Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said
Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the City Engineer that all
payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of
disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond
satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such
payment has not already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a
waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault
of the Contractor, and the City Engineer so certifies, the City shall, upon certificate of the City Engineer, and
without terminating the Contract, make payment of the balance due for that portion of the work fully completed
and accepted.
Such payment shall be made under the terns and conditions governing final payment, except that it shall not constitute
a waiver of claims.
AGREEMENT -4
VIII - Assignment of Warranties
(a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by
or reasonably obtainable from the manufacturers or suppliers of equipment, material or fixtures that Contractor
has installed or provided in connection with the work performed under this Agreement.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this
Agreement the day and year first written above.
CITY OF SAN RAFAEL:
Jig Sclnt
City . a ger
ATTEST -
C7). a'CJ�i
Lindsay Lara
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
File No.: 18.06.59
Valentine Corporation
By:
to. v4e--'r�
Printed Name: Robert 0. Valentine
Title of Corporate Officer: President
Valentine Corporation
By:
Printed Name:
Title of Corporate Officer:
AGREEMENT -5
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.0 �o?v=10-4aaAwL�+- A
General Decision Number: CA18OOO9 06/01/2018 CA9 �t
Superseded General Decision Number: CA2O17OOO9
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
Counties: Alpine, Amador, Butte, Colusa, E1 Dorado, Glenn,
Lassen, Marin, Modoc, Napa, Nevada, Placer, Plumas, Sacramento,
Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama,
Trinity, Yolo and Yuba Counties in California.
BUILDING CONSTRUCTION PROJECTS (excluding Amador County only);
DREDGING CONSTRUCTION PROJECTS (does not include hopper dredge
work); HEAVY CONSTRUCTION PROJECTS (does not include water well
drilling); AND HIGHWAY CONSTRUCTION PROJECTS
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.35 for calendar year 2018 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, 2015. If this contract is covered by the E0, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.35 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2018. The EO minimum wage rate will be adjusted annually.
Please note that this EO applies to the above-mentioned types
of contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but it does not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60). Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number
0
1
2
3
4
5
6
7
8
9
10
ASBEOO16-001 01/01/2018
Publication Date
01/05/2018
01/12/2018
01/19/2018
01/26/2018
02/09/2018
02/23/2018
03/02/2018
04/06/2018
05/04/2018
05/18/2018
06/01/2018
AREA 1: MARIN, NAPA, SAN BENITO, SAN FRANCISCO, SOLANO, &
SONOMA COUNTIES
AREA 2: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHEMA, TRINITY, YOLO, & YUBA COUNTIES
Rates Fringes
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 1/44
6/18/2018
https://www.wdol.gov/wdol/scafiiestdavisbaconh:A9.dvb?v=10
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
Protective Coverings,
Coatings, and Finishes to all
types of mechanical systems)
Area 1 ......................$ 65.36 22.98
Area 2 ......................$ 49.46 22.98
ASBE0016-007 01/01/2018
AREA 1 : ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA,
SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO
& YUBA COUNTIES
AREA 2: MARIN & NAPA 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 ......................$ 28.20 9.34
AREA 2 ......................$ 32.98 9.34
BOIL0549-002 10/01/2016
Rates Fringes
BOILERMAKER
(1) Marin & Solano Counties.$ 43.28 37.91
(2) Remaining Counties ...... $ 39.68 35.71
----------------------------------------------------------------
BRCA0003-001 08/01/2017
Rates Fringes
MARBLE FINISHER ..................$ 32.60 15.31
-------------------------------------------------------------......
BRCA0003-004 05/01/2017
AREA 1: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA,
SIERRA, SUTTER, TEHAMA, YOLO AND YUBA COUNTIES
AREA 2: MARIN, NAPA, SISKIYOU, SOLANO, SONOMA AND TRINITY
COUNTIES
Rates Fringes
BRICKLAYER
AREA 1 ......................$ 39.66 20.76
AREA 2 ......................$ 42.34 25.83
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 2/44
6/18/2018
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.u. u?v=10
SPECIALTY PAY:
(A) Underground work such as tunnel work, sewer work,
manholes, catch basins, sewer pipes and telephone conduit
shall be paid $1.25 per hour above the regular rate. Work
in direct contact with raw sewage shall receive $1.25 per
hour in addition to the above.
(B) Operating a saw or grinder shall receive $1.25 per hour
above the regular rate.
(C) Gunite nozzle person shall receive $1.25 per hour above
the regular rate.
----------------------------------------------------------------
BRCA0003-008 09/01/2017
Rates Fringes
TERRAZZO FINISHER ................$ 35.14 16.87
TERRAZZO WORKER/SETTER ........... $ 44.11 26.36
----------------------------------------------------------------
BRCA0003-010 04/01/2018
Rates Fringes
TILE FINISHER
Area 1 ......................$
26.04
13.75
Area 2 ......................$
26.36
15.97
Area 3 ......................$
28.56
15.87
Area 4 ......................$
26.69
15.31
Tile Layer
Area 1 ......................$
43.36
16.79
Area 2 ......................$
43.02
18.19
Area 3 ......................$
47.77
18.29
Area 4 ......................$
44.64
18.21
AREA 1: Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc,
Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Sutter,
Tehema, Yolo, Yuba
AREA 2: Alpine, Amador
AREA 3: Marin, Napa, Solano, Siskiyou
AREA 4: Sonoma
----------------------------------------------------------------
BRCA0003-014 08/01/2017
Rates Fringes
MARBLE MASON .....................$ 44.60 26.83
----------------------------------------------------------------
CARP0034-001 07/01/2017
Diver
Rates
Assistant Tender, ROV
Tender/Technician ........... $ 45.65
Diver standby ...............$ 50.61
Diver Tender ................$ 49.82
Diver wet ...................$ 95.17
Manifold Operator (mixed
gas) ........................$ 54.82
Manifold Operator (Standby).$ 49.82
DEPTH PAY (Surface Diving):
050 to 100 ft $2.00 per foot
101 to 150 ft $3.00 per foot
Fringes
31.91
31.91
31.91
31.91
31.91
31.91
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 3/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbaGon/L;A9.dvb?v=10
151 to 220 ft $4.00 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
$1.00 per foot.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
----------------------------------------------------------------
CARP0034-003 07/01/2017
Rates Fringes
Piledriver .......................$ 46.65 31.91
----------------------------------------------------------------
CARP0035-001 08/01/2017
AREA 1: MARIN, NAPA, SOLANO & SONOMA
AREA 3: SACRAMENTO, WESTERN EL DORADO (Territory west of an
including highway 49 and the territory inside the city limits
of Placerville), WESTERN PLACER (Territory west of and
including highway 49), & YOLO
AREA 4: ALPINE, BUTTE, COLUSA, EASTERN EL DORADO, GLENN,
LASSEN, MODOC, NEVADA, EASTERN PLACER, PLUMAS, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHAMA, TRINITY, & YUBA
Rates Fringes
Drywall Installers/Lathers:
Area 1 ......................$
46.40
29.15
Area 3 ......................$
41.02
29.15
Area 4 ......................$
39.67
29.15
Drywall Stocker/Scrapper
Area 1 ......................$
23.20
16.88
Area 3 ......................$
20.51
16.88
Area 4 ......................$
19.84
16.88
----------------------------------------------------------------
CARP0035-009 07/01/2017
Marin County
Rates Fringes
CARPENTER
Bridge Builder/Highway
Carpenter ...................$ 46.40 28.71
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 4/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.a -?v=1 0
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$ 46.55 28.71
Journeyman Carpenter ........ $ 46.40 28.71
Millwright ..................$ 46.50 30.30
CARP0035-010 07/01/2017
AREA 1: Marin, Napa, Solana & Sonoma Counties
AREA 2: Monterey, San Benito and Santa Cruz
AREA 3: Alpine, Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc,
Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou,
Sutter, Tehama, Trinity, Yolo & Yuba counties
Rates Fringes
Modular Furniture Installer
Area 1
Installer I ................$
24.91
19.63
Installer II ...............$
22.18
20.42
Lead Installer .............$
29.06
20.92
Master Installer ...........
$ 33.28
20.92
Area 2
Installer I ................$
22.96
20.42
Installer II ...............$
20.01
20.42
Lead Installer .............$
25.93
20.92
Master Installer ...........
$ 29.56
20.92
Area 3
Installer I ................$
22.01
20.42
Installer II ...............$
19.24
20.42
Lead Installer .............$
24.81
20.92
Master Installer ...........
$ 31.83
20.92
CARP0046-001 07/01/2017
El Dorado (West), Placer (West), Sacramento and Yolo Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
46.40
28.71
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
40.67
28.71
Journeyman Carpenter ........
$ 40.52
28.71
Millwright ..................$
43.02
30.30
Footnote: Placer County (West) includes territory West of and
including Highway 49 and E1 Dorado County (West) includes
territory West of and including Highway 49 and territory
inside the city limits of Placerville.
----------------------------------------------------------------
CARP0046-002 07/01/2017
Alpine, Colusa, El Dorado (East), Nevada, Placer (East),
Sierra, Sutter and Yuba Counties
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 5/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
46.40
28.71
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
39.32
28.71
Journeyman Carpenter ........
$ 38.17
28.71
Millwright ..................$
41.67
30.30
---------------------------------------------------------------
CARP0152-003 07/01/2017
-
Amador County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
46.40
28.71
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
39.32
28.71
Journeyman Carpenter ........
$ 39.17
28.71
Millwright ..................$
41.67
30.30
----------------------------------------------------------------
CARP0180-001 07/01/2017
-
Solano County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
46.40
28.71
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
46.55
28.71
Journeyman Carpenter ........
$ 46.40
28.71
Millwright ..................$
46.50
30.30
-------------------------------------------------------------
CARP0751-001 07/01/2017
-
Napa and Sonoma Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
46.40
28.71
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
46.55
28.71
Journeyman Carpenter ........
$ 46.40
28.71
Millwright ..................$
46.50
30.30
https://www.wdol.gov/wdol/sGafiles/davisbacon/CA9.dvb?v=10 6/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.ci v a?v=10
----------------------------------------------------------------
CARP1599-001 07/01/2017
Butte, Glenn, Lassen, Modoc, Plumas, Shasta, Siskiyou, Tehama
and Trinity Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
46.40
28.71
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
39.32
28.71
Journeyman Carpenter ........
$ 39.17
28.71
Millwright ..................$
41.67
30.30
----------------------------------------------------------------
ELECO180-001 06/01/2017
NAPA AND SOLANO COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 50.97 3%+20.13
ELECTRICIAN ......................$ 47.31 23.05
----------------------------------------------------------------
ELECO180-003 12/01/2016
NAPA AND SOLANO COUNTIES
Rates Fringes
Sound & Communications
Installer ...................$ 35.07 3%+17.55
Technician ..................$ 39.93 3%+17.55
SCOPE OF WORK INCLUDES -
SOUND & VOICE TRANSMISSION (Music, Intercom, Nurse Call,
Telephone); FIRE ALARM SYSTEMS [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],
TELEVISION & VIDEO SYSTEMS, SECURITY SYSTEMS, COMMUNICATIONS
SYSTEMS that transmit or receive information and/or control
systems that are intrinsic to the above.
EXCLUDES -
Excludes all other data systems or multiple systems which
include control function or power supply; excludes
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); excludes energy management
systems.
----------------------------------------------------------------
ELEC0340-002 02/01/2018
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN,
NEVADA, PLACER, PLUMAS, SACRAMENTO, TRINITY, YOLO, YUBA COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 7/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10
Rates Fringes
Communications System
Sound & Communications
Installer ...................$ 29.35 3%+15.35
Sound & Communications
Technician ..................$ 33.75 3%+15.35
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.
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 8/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.o.„?v=10
ELEC0340-003 08/01/2017
ALPINE (West of Sierra Mt. Watershed), AMADOR, BUTTE, COLUSA,
EL DORADO (West of Sierra Mt. Watershed), GLENN, LASSEN, NEVADA
(West of Sierra Mt. Watershed), PLACER, PLUMAS, SACRAMENTO,
SHASTA, SIERRA (West of Sierra Mt. Watershed), SUTTER, TEHAMA,
TRINITY, YOLO & YUBA COUNTIES
Rates Fringes
ELECTRICIAN
Remaining area ..............$ 40.06 27.04
Sierra Army Depot, Herlong..$ 48.83 18.54
Tunnel work .................$ 41.01 18.54
CABLE SPLICER: Receives 110% of the Electrician basic hourly
rate.
----------------------------------------------------------------
ELEC0401-005 07/01/2017
ALPINE (east of the main watershed divide), EL DORADO (east of
the main watershed divide), NEVADA (east of the main
watershed), PLACER (east of the main watershed divide) and
SIERRA (east of the main watershed divide) COUNTIES:
Rates Fringes
ELECTRICIAN ......................$ 39.50 17.10
----------------------------------------------------------------
* ELEC0551-004 06/01/2018
MARIN AND SONOMA COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 48.40 22.66
----------------------------------------------------------------
ELECO551-005 12/01/2017
MARIN & SONOMA COUNTIES
Rates Fringes
Sound & Communications
Installer ...................$ 37.22 19.08
Technician ..................$ 42.80 19.24
SCOPE OF WORK INCLUDES -
SOUND & VOICE TRANSMISSION (Music, Intercom, Nurse Call,
Telephone); FIRE ALARM SYSTEMS [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],
TELEVISION & VIDEO SYSTEMS, SECURITY SYSTEMS, COMMUNICATIONS
SYSTEMS that transmit or receive information and/or control
systems that are intrinsic to the above.
EXCLUDES -
Excludes all other data systems or multiple systems which
include control function or power supply; excludes
installation of raceway systems, line voltage work,
industrial work, life -safety systems (all buildings having
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 9/44
6/18/2018 hftps://www.wdol.gov/wdol/scafiles/davisbacon/L;Ag.dvb?v=l 0
floors located more than 75' above the lowest floor level
having building access); excludes energy management
systems.
----------------------------------------------------------------
ELEC0659-006 01/01/2018
DEL NORTE, MODOC and SISKIYOU COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 33.94 16.79
----------------------------------------------------------------
ELEC0659-008 02/01/2013
DEL NORTE, MODOC & SISKIYOU COUNTIES
Rates Fringes
Line Construction
(1) Cable Splicer ...........
$ 51.09
4%+13.30
(2) Lineman, Pole Sprayer,
Heavy Line Equipment Man ....
$ 45.62
4%+13.30
(3) Tree Trimmer ............
$ 32.07
4%+9.80
(4) Line Equipment Man ......
$ 45.62
4%+9.80
(5) Powdermen,
7ackhammermen...............$
34.22
4%+9.80
(6) Groundman...............$
31.31
4%+9.80
----------------------------------------------------------------
ELEC1245-004 06/01/2017
$ 44.32
3%+17.65
ALL COUNTIES EXCEPT DEL NORTE, MODOC & SISKIYOU
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$
55.49
16.62
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment) ...........
$ 44.32
3%+17.65
(3) Groundman...............$
33.89
3%+17.65
(4) Powderman...............$
49.55
3%+17.65
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 01/01/2018
Rates Fringes
ELEVATOR MECHANIC ................$ 65.45 32.645
FOOTNOTE:
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.
PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day,
Labor Day, Veterans Day, Thanksgiving Day, Friday after
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 10/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.ci ,o?v=10
Thanksgiving, and Christmas Day.
----------------------------------------------------------------
ENGIO003-008 07/01/2017
Rates Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:)
AREA 1:
(1) Leverman...............$
44.77
31.25
(2) Dredge Dozer; Heavy
duty repairman .............$
39.81
31.25
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$
38.69
31.25
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$
35.39
31.25
AREA 2:
(1) Leverman...............$
46.77
31.25
(2) Dredge Dozer; Heavy
duty repairman .............$
41.81
31.25
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$
40.69
31.25
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$
37.39
31.25
AREA DESCRIPTIONS
AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN 3OAQUIN,
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 11/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/VA9.dvb?v=10
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
https://www.wdol.gov/wdol/scafiiles/davisbacon/CA9.dvb?v=10 12/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.ci. Lj?v=10
ENGIO003-018 06/26/2017
"AREA 1" WAGE RATES ARE LISTED BELOW
"AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(AREA 1:)
GROUP 1 .....................$
44.67
30.39
GROUP 2 .....................$
43.14
30.39
GROUP 3 .....................$
41.66
30.39
GROUP 4 .....................$
40.28
30.39
GROUP 5 .....................$
39.01
30.39
GROUP 6 .....................$
37.69
30.39
GROUP 7 .....................$
36.55
30.39
GROUP 8 .....................$
35.41
30.39
GROUP 8-A ...................$
33.20
30.39
OPERATOR: Power Equipment
(Cranes and Attachments -
AREA 1:)
GROUP 1
Cranes .....................$
46.30
30.39
Oiler ......................$
36.63
30.39
Truck crane oiler ..........
$ 39.20
30.39
GROUP 2
Cranes .....................$
43.79
30.39
Oiler ......................$
36.36
30.39
Truck crane oiler ..........
$ 38.98
30.39
GROUP 3
Cranes .....................$
42.05
30.39
Hydraulic ..................$
38.32
30.39
Oiler ......................$
36.14
30.39
Truck Crane Oiler ..........
$ 38.71
30.39
GROUP 4
Cranes .....................$
39.01
30.39
OPERATOR: Power Equipment
(Piledriving - AREA 1:)
GROUP 1
Lifting devices ............
$ 45.89
30.39
Oiler ......................$
36.63
30.39
Truck crane oiler ..........
$ 39.20
30.39
GROUP 2
Lifting devices ............
$ 44.07
30.39
Oiler ......................$
36.36
30.39
Truck Crane Oiler ..........
$ 38.98
30.39
GROUP 3
Lifting devices ............
$ 42.39
30.39
Oiler ......................$
36.14
30.39
Truck Crane Oiler ..........
$ 38.71
30.39
GROUP 4
Lifting devices ............
$ 40.62
30.39
GROUP 5
Lifting devices ............
$ 39.32
30.39
GROUP 6
Lifting devices ............
$ 37.98
30.39
OPERATOR: Power Equipment
(Steel Erection - AREA 1:)
GROUP 1
Cranes .....................$
46.30
30.39
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=1
0
13/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbaconiL;A9.dvb?v=l 0
Oiler ......................$
36.63
30.39
Truck Crane Oiler ..........
$ 39.20
30.39
GROUP 2
Cranes .....................$
43.79
30.39
Oiler ......................$
36.36
30.39
Truck Crane Oiler ..........
$ 38.98
30.39
GROUP 3
Cranes .....................$
42.05
30.39
Hydraulic ..................$
38.32
30.39
Oiler ......................$
36.14
30.39
Truck Crane Oiler ..........
$ 38.71
30.39
GROUP 4
Cranes .....................$
39.01
30.39
GROUP 5
Cranes .....................$
35.13
30.39
OPERATOR: Power Equipment
(Tunnel and Underground Work
- AREA 1:)
SHAFTS, STOPES, RAISES:
GROUP 1 ....................$
40.77
30.39
GROUP 1-A ..................$
43.24
30.39
GROUP 2 ....................$
39.51
30.39
GROUP 3 ....................$
38.18
30.39
GROUP 4 ....................$
37.04
30.39
GROUP 5 ....................$
35.90
30.39
UNDERGROUND:
GROUP 1 ....................$
40.67
30.39
GROUP 1-A ..................$
43.14
30.39
GROUP 2 ....................$
39.41
30.39
GROUP 3 ....................$
38.08
30.39
GROUP 4 ....................$
36.94
30.39
GROUP 5 ....................$
35.80
30.39
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 14/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.L,. j?v=10
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, 7ohnson, Bidwell Bridge Deck or similar types);
Mechanical burm, curb and/or curb and gutter machine,
concrete or asphalt); Mine or shaft hoist; Portable
crusher; Power jumbo operator (setting slip -forms, etc., in
tunnels); Screed (automatic or manual); Self-propelled
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
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 15/44
6/18/2018
hftps://www.wdol.gov/wdol/scaflies/davisbaconiuAg.dvb?v=l 0
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 16/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CAg.u. j?v=10
including 100 tons; Clamshell up to and including 7 cu.
yds.; Self-propelled boom -type lifting device over 45 tons;
Truck crane or crawler, land or barge mounted, over 45 tons
up to and including 100 tons; Fundex F-12 hydraulic pile rig
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom -type lifting device 45 tons and under;
Skid/scow piledriver, any tonnage; Truck crane or crawler,
land or barge mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: Deckhand; Fire tender
STEEL ERECTORS
GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self-
propelled boom -type lifting device over 100 tons
GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100
tons; Self-propelled boom -type lifting device over 45 tons
to 100 tons; Tower crane
GROUP 3: Crane, 45 tons and under; Self-propelled boom -type
lifting device, 45 tons and under
GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty
repair person/welder
GROUP 5: Boom cat
TUNNEL AND UNDERGROUND WORK
GROUP 1-A: Tunnel bore machine operator, 20' diameter or more
GROUP 1: Heading shield operator; Heavy-duty repairperson;
Mucking machine (rubber tired, rail or track type); Raised
bore operator (tunnels); Tunnel mole bore operator
GROUP 2: Combination slusher and motor operator; Concrete
pump or pumperete gun; Power jumbo operator
GROUP 3: Drill doctor; Mine or shaft hoist
GROUP 4: Combination slurry mixer cleaner; Grouting Machine
operator; Motorman
GROUP 5: Bit Sharpener; Brakeman; Combination mixer and
compressor (gunite); Compressor operator; Oiler; Pump
operator; Slusher operator
-----------------------------------------------------------
AREA DESCRIPTIONS:
POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND
UNDERGROUND [These areas do not apply to Piledrivers and
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 17/44
6/18/2018 https://www.wdol.gov/wdol/scaflies/davisbaconiLA9.dvb?v=l 0
Steel Erectors]
AREA 1: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
LASSEN, MARIN, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO,
SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA,
TRINITY, YOLO, YUBA
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
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
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
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 18/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CAg.u.,j?v=l 0
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
----------------------------------------------------------------
ENGIO003-019 07/26/2017
SEE AREA DESCRIPTIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(LANDSCAPE WORK ONLY)
GROUP
1
AREA
1 .....................$
34.05
28.73
AREA
2 .....................$
36.05
28.73
GROUP
2
AREA
1 .....................$
30.45
28.73
AREA
2 .....................$
32.45
28.73
GROUP
3
AREA
1 .....................$
25.84
28.73
AREA
2 .....................$
27.84
28.73
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:
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 19/44
6/18/2018
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
https://www.wdol.gov/wdol/scaflies/davisbaconiL,Ag.dvb?v=l 0
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 20/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.u. j?v=10
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
----------------------------------------------------------------
IRON0377-002 01/01/2017
Rates Fringes
Ironworkers:
Fence Erector ...............$ 29.58 21.59
Ornamental, Reinforcing
and Structural ..............$ 36.00 30.15
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 21/44
6/18/2018
https://www.wdol.gov/wdol/scafiles/davisbaconi uA9.dvb?v=10
----------------------------------------------------------------
LAB00067-001 12/01/2017
AREA "A" - MARIN COUNTY
AREA "B" - ALPINE, AMADOR, BUTTE COLUSA EL DORADO, GLENN,
LASSEN, MODOC, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO,
SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA,
TRINITY, YOLO, AND YUBA COUNTIES
Rates Fringes
Asbestos Removal Laborer ......... $ 23.00 11.31
LABORER (Lead Removal)
Marin County ................$ 30.70 22.17
Remaining Counties .......... $ 29.70 22.17
----------------------------------------------------------------
LAB00185-002 07/01/2017
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU,
SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES
Rates Fringes
LABORER
Mason Tender -Brick .......... $ 30.45 21.04
---------------------------- ------------------------------------
LABOO185-005 06/26/2017
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU,
SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP
1 .....................$
36.60
21.72
GROUP
2 .....................$
36.37
21.72
GROUP
3 .....................$
36.12
21.72
GROUP
4 .....................$
35.67
21.72
GROUP
5 .....................$
35.13
21.72
Shotcrete Specialist ........
$ 37.12
21.72
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 22/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.u..j'?v=10
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
----------------------------------------------------------------
LAB00185-006 06/26/2017
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SHIASTA, SIERRA, SISKIYOU,
SUTTER, TEHAMA, TRINITY, YOLO, YUBA COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group .......................$
29.49
22.38
GROUP 1 .....................$
28.79
22.38
GROUP 1-a ...................$
29.01
22.38
GROUP 1-c ...................$
28.84
22.38
GROUP 1-e ...................$
29.34
22.38
GROUP 1-f ...................$
29.37
22.38
GROUP 2 .....................$
28.64
22.38
GROUP 3 .....................$
28.54
22.38
GROUP 4 .....................$
22.23
22.38
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction ........
$ 28.54
22.31
(2) Establishment Warranty
Period ......................$
22.23
22.31
LABORER (GUNITE - AREA B:)
GROUP 1 .....................$
29.75
22.31
GROUP 2 .....................$
29.25
22.31
GROUP 3 .....................$
28.66
22.31
GROUP 4 .....................$
28.54
22.31
LABORER (WRECKING - AREA B:)
GROUP 1 .....................$
28.79
22.31
GROUP 2 .....................$
28.64
22.31
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
https://www.wdol.gov/wdol/scafies/davisbacon/CA9.dvb?v=10 23/44
6/18/2018
hftps://www.wdol.gov/wdol/scaflies/davisbaconiL,A9.dvb?v=l 0
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.
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 24/44
6/18/2018
hftps://www.wdol.gov/wdol/scaflies/davisbacon/CA9.u. u?v=10
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 25/44
6/18/2018 hftps://www.wdol.gov/wdol/scaflies/davisbaconitA9.dvb?v=l 0
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)
---------------------------------------------------------------
LAB00185-008 07/01/2017
Rates Fringes
Plasterer tender .................$ 31.02 22.52
Work on a swing stage scaffold: $1.00 per hour additional.
---------------------------------------------------------------
LAB00261-002 06/26/2017
MARIN COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 29.54 22.17
Traffic Control Person I....$ 29.84 22.17
Traffic Control Person II ... $ 27.34 22.17
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.
----------------------------------------------------------------
LAB00261-004 06/26/2017
MARIN COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP
1 .....................$
36.60
21.72
GROUP
2 .....................$
36.37
21.72
GROUP
3 .....................$
36.12
21.72
GROUP
4 .....................$
35.67
21.72
GROUP
5 .....................$
35.13
21.72
Shotcrete Specialist ........
$ 37.12
21.72
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 26/44
6/18/2018 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA4.�. o?v=10
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
----------------------------------------------------------------
LAB00261-007 07/01/2017
MARIN AND NAPA COUNTIES
Rates Fringes
LABORER
Mason Tender -Brick .......... $ 31.70 21.04
----------------------------------------------------------------
LAB00261-010 06/26/2017
MARIN COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group .......................$
30.49
22.38
GROUP 1 .....................$
29.79
22.38
GROUP 1-a ...................$
30.01
22.38
GROUP 1-c ...................$
29.84
22.38
GROUP 1-e ...................$
30.34
22.38
GROUP 1-f ...................$
30.37
22.38
GROUP 2 .....................$
29.64
22.38
GROUP 3 .....................$
29.54
22.38
GROUP 4 .....................$
23.23
22.38
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction ........
$ 29.54
22.31
(2) Establishment Warranty
Period ......................$
23.23
22.31
LABORER (GUNITE - AREA A:)
GROUP 1 .....................$
30.75
22.31
GROUP 2 .....................$
30.25
22.31
GROUP 3 .....................$
29.66
22.31
GROUP 4 .....................$
29.54
22.31
LABORER (WRECKING - AREA A:)
GROUP 1 .....................$
29.79
22.31
GROUP 2 .....................$
29.64
22.31
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 27/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbaconluA9.dvb?v=10
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 28/44
6/18/2018
hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.u.,j?v=l 0
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 29/44
6/18/2018 hftps://www.wdol.gov/wdol/scafiles/davisbaconiLA9.dvb?v=l 0
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)
----------------------------------------------------------------
LAB00261-015 07/01/2017
Rates Fringes
Plasterer tender .................$ 31.02 22.52
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00324-004 06/26/2017
NAPA, SOLANO, AND SONOMA, COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 28.54 22.17
Traffic Control Person I....$ 28.84 22.17
Traffic Control Person II ... $ 26.34 22.17
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.
----------------------------------------------------------------
LAB00324-008 06/26/2017
NAPA, SOLANO, AND SONOMA COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP
1 .....................$
36.60
21.72
GROUP
2 .....................$
36.37
21.72
GROUP
3 .....................$
36.12
21.72
GROUP
4 .....................$
35.67
21.72
GROUP
5 .....................$
35.13
21.72
Shotcrete Specialist ........
$ 37.12
21.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 30/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.�. o?v=10
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
----------------------------------------------------------------
LAB00324-010 07/01/2017
SOLANO AND SONOMA COUNTIES
Rates Fringes
LABORER
Mason Tender -Brick .......... $ 30.70 21.04
----------------------------------------------------------------
LAB00324-013 06/27/2017
NAPA, SOLANO, AND SONOMA COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group .......................$
29.49
22.38
GROUP 1 .....................$
28.79
22.38
GROUP 1-a ...................$
29.01
22.38
GROUP 1-c ...................$
28.84
22.38
GROUP 1-e ...................$
29.34
22.38
GROUP 1-f ...................$
29.37
22.38
GROUP 2 .....................$
28.64
22.38
GROUP 3 .....................$
28.54
22.38
GROUP 4 .....................$
22.23
22.38
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction ........
$ 28.54
22.31
(2) Establishment Warranty
Period ......................$
22.23
22.31
LABORER (GUNITE - AREA B:)
GROUP 1 .....................$
29.75
22.31
GROUP 2 .....................$
29.25
22.31
GROUP 3 .....................$
28.66
22.31
GROUP 4 .....................$
28.54
22.31
LABORER (WRECKING - AREA B:)
GROUP 1 .....................$
28.79
22.31
GROUP 2 .....................$
28.64
22.31
hftps://www.wdol.gov/wdol/scaflies/davisbacon/CAg.dvb?v=l 0 31/44
6/18/2018
FOOTNOTES:
Laborers working off or
scaffolds, belts shall
applicable wage rate.
entitled to receive the
below.
LABORER CLASSIFICATIONS
hftps://www.wdol.gov/wdol/scafilestdavisbacon/L,A9.dvb?v=l 0
with or from bos'n chairs, swinging
receive $0.25 per hour above the
This shall not apply to workers
wage rate set forth in Group 1-a
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 32/44
6/18/2018
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.L..j?v=l 0
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.
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 33/44
6/18/2018
https://www.wdol.gov/wdol/scafiles/davisbacon/%,A9.dvb?v=10
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)
----------------------------------------------------------------
LAB00324-019 07/01/2017
Rates Fringes
Plasterer tender .................$ 31.02 22.52
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAINOO16-004 01/01/2018
MARIN, NAPA, SOLANO & SONOMA COUNTIES
Rates Fringes
Painters: ........................ $ 40.62 23.83
PREMIUMS:
EXOTIC MATERIALS - $0.75 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
----------------------------------------------------------------
PAIN0016-005 01/01/2018
ALPINE, BUTTE, COLUSA, EL DORADO (west of the Sierra Nevada
Mountains), GLENN, LASSEN (west of Hwy. 395, excluding Honey
Lake); MARIN, MODOC, NAPA, NEVADA (west of the Sierra Nevada
Mountains), PLACER (west of the Sierra Nevada Mountains),
PLUMAS, SACRAMENTO, SHASTA, SIERRA (west of the Sierra Nevada
Mountains), SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY,
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 34/44
6/18/2018 hftps://www.wdol.gov/wdol/scaflies/davisbacon/CA9.u..j?v=l 0
YOLO AND YUBA COUNTIES
Rates Fringes
DRYWALL FINISHER/TAPER ........... $ 41.03 25.34
----------------------------------------------------------------
PAIN0016-007 01/01/2018
ALPINE, AMADOR, BUTTE, COLUSA. EL DORADO (west of the Sierra
Nevada Mountains), GLENN, LASSEN (west of Highway 395,
excluding Honey Lake), MODOC, NEVADA (west of the Sierra Nevada
Mountains), PLACER (west of the Sierra Nevada Mountains),
PLUMAS, SACRAMENTO, SHASTA, SIERRA (west of the Sierra Nevada
Mountains), SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO & YUBA
COUNTIES
Rates Fringes
Painters: ........................ $ 32.91 19.26
SPRAY/SANDBLAST: $0.50 additional per hour.
EXOTIC MATERIALS: $1.00 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 $6.00 additional per hour.
----------------------------------------------------------------
PAIN0016-008 01/01/2018
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 48.00 26.03
----------------------------------------------------------------
PAIN0169-004 01/01/2018
MARIN , NAPA & SONOMA COUNTIES; SOLANO COUNTY (west of a line
defined as follows: Hwy. 80 corridor beginning at the City of
Fairfield, including Travis Air Force Base and Suisun City;
going north of Manakas Corner Rd., continue north on Suisun
Valley Rd. to the Napa County line; Hwy. 80 corridor south on
Grizzly Island Rd. to the Grizzly Island Management area)
Rates Fringes
GLAZIER ..........................$ 46.13 28.04
----------------------------------------------------------------
* PAIN0567-001 07/01/2017
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
COUNTY (east of Highway 395, beginning at Stacey and including
Honey Lake); NEVADA COUNTY (east of the Sierra Nevada
Mountains); PLACER COUNTY (east of the Sierra Nevada
Mountains); AND SIERRA COUNTY (east of the Sierra Nevada
Mountains)
Rates Fringes
Painters:
https://www.wdol.gov/wdol/scafiles/dav-sbacon/CA9.dvb?v=10 35/44
6/18/2018 https://www.wdol.gov/wdol/scaflies/davisbacon/LA9.dvb?v=l 0
Brush and Roller ............ $ 24.80 12.94
Spray Painter & Paperhanger.$ 26.04 12.94
PREMIUMS:
Special Coatings (Brush), and Sandblasting = $0.50/hr
Special Coatings (Spray), and Steeplejack = $1.00/hr
Special Coating Spray Steel = $1.25/hr
Swing Stage = $2.00/hr
*A special coating is a coating that requires the mixing of 2
or more products.
----------------------------------------------------------------
PAIN0567-007 07/01/2017
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
COUNTY (east of Highway 395, beginning at Stacey and including
Honey Lake); NEVADA COUNTY (east of the Sierra Nevada
Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains)
AND SIERRA COUNTY (east of the Sierra Nevada Mountains)
Rates Fringes
SOFT FLOOR LAYER .................$ 28.30 12.44
----------------------------------------------------------------
PAIN0567-010 07/01/2017
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
COUNTY (east of Highway 395, beginning at Stacey and including
Honey Lake); NEVADA COUNTY (east of the Sierra Nevada
Mountains); PLACER COUNTY (east of the Sierra Nevada
Mountains); AND SIERRA COUNTY (east of the Sierra Nevada
Mountains)
Rates Fringes
Drywall
(1) Taper ...................$ 30.67 12.54
(2) Steeplejack - Taper,
over 40 ft with open space
below .......................$ 30.92 12.04
----------------------------------------------------------------
PAIN0767-004 01/01/2018
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU,
SOLANO (Remainder), SUTTER, TEHAMA, TRINITY, YOLO, YUBA
Rates Fringes
GLAZIER ..........................$ 34.57 28.25
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 rquired to wear a body harness shall receive $1.50
per hour above the basic hourly rate at any elevation.
----------------------------------------------------------------
PAIN1176-001 01/01/2017
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 36/44
6/18/2018 https://www.wdol.gov/wdol/scaflies/davisbacon/CA9.0 . o?v=10
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1 .....................$ 34.41 16.31
GROUP 2 .....................$ 29.25 16.31
GROUP 3 .....................$ 29.59 16.31
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
----------------------------------------------------------------
PAIN1237-001 01/01/2018
ALPINE; COLUSA; EL DORADO (west of the Sierra Nevada
Mountains); GLENN; LASSEN (west of Highway 395, beginning at
Stacey and including Honey Lake); MODOC; NEVADA (west of the
Sierra Nevada Mountains); PLACER (west of the Sierra Nevada
Mountains); PLUMAS; SACRAMENTO; SHASTA; SIERRA (west of the
Sierra Nevada Mountains); SISKIYOU; SUTTER; TEHAMA; TRINITY;
YOLO AND YUBA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 34.81 21.51
----------------------------------------------------------------
PLAS0300-003 07/01/2014
Rates Fringes
PLASTERER
AREA 295: Alpine, Amador,
Butte, Colusa, E1 Dorado,
Glenn, Lassen, Modoc,
Nevada, Placer, Plumas,
Sacramento, Shasta,
Sierra, Siskiyou, Solana,
Sutter, Tehema, Trinity,
Yolo & Yuba Counties ........ $ 31.41 22.26
AREA 355: Marin .............$ 34.75 22.26
AREA 355: Napa & Sonoma
Counties ....................$ 31.41 22.26
----------------------------------------------------------------
PLAS0300-005 07/01/2017
Rates Fringes
CEMENT MASON/CONCRETE FINISHER ... $ 39.20 19.71
----------------------------------------------------------------
PLUM0038-002 07/01/2017
MARIN AND SONOMA COUNTIES
Rates Fringes
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 37/44
6/18/2018
https://www.wdol.gov/wdol/scafiles/davisbaconiL,A9.dvb?v=10
PLUMBER (Plumber,
Steamfitter, Refrigeration
Fitter)
(1) Work on wooden frame
structures 5 stories or
less excluding hgih-rise
buildings and commercial
work such as hospitals,
prisons, hotels, schools,
casinos, wastewater
treatment plants, and
resarch facilities as well
as refrigeration
pipefitting, service and
repair work - MARKET
RECOVERY RATE ...............$ 70.00 43.24
(2) All other work - NEW
CONSTRUCTION RATE ........... $ 70.00 43.24
----------------------------------------------------------------
PLUM0038-006 07/01/2017
MARIN & SONOMA COUNTIES
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter) ..... $ 59.50 38.24
----------------------------------------------------------------
PLUM0228-001 01/01/2018
BUTTE, COLUSA, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHAMA, TRINITY & YUBA COUNTIES
Rates Fringes
PLUMBER ..........................$ 39.00 30.64
----------------------------------------------------------------
PLUM0343-001 01/01/2018
NAPA AND SOLANO COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER
Light Commercial ............ $ 30.85 20.40
All Other Work ..............$ 50.00 35.15
DEFINITION OF LIGHT COMMERICIAL:
Work shall include strip shopping centers, office buildings,
schools and other commercial structures which the total
plumbing bid does not exceed Two Hundred and Fifty Thousand
($250,000) and the total heating and cooling does not
exceed Two Hundred Fifty Thousand ($250,000); or Any
projects bid in phases shall not qualify unless the total
project is less than Two Hundred Fifty Thousand ($250,000)
for the plumbing bid; and Two Hundred Fifty Thousand
($250,000) for the heating and cooling bid. Excluded are
hospitals, jails, institutions and industrial projects,
regardless size of the project
FOOTNOTES: While fitting galvanized material: $.75 per hour
additional. Work from trusses, temporary staging,
unguarded structures 35' from the ground or water: $.75 per
hour additional. Work from swinging scaffolds, boatswains
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 38/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.-,..,?v=10
chairs or similar devices: $.75 per hour additional.
----------------------------------------------------------------
PLUM0350-001 02/01/2015
EL DORADO COUNTY (Lake Tahoe area only); NEVADA COUNTY (Lake
Tahoe area only); AND PLACER COUNTY (Lake Tahoe area only)
Rates Fringes
PLUMBER/PIPEFITTER...............$ 30.88 11.51
----------------------------------------------------------------
PLUM0355-001 07/01/2017
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA,
SISKIYOU, SOLANO, SUTTER, TEHAMA, TRINITY, YOLO, AND YUBA
COUNTIES
Rates Fringes
Underground Utility Worker
/Landscape Fitter ........... $ 26.85 15.05
----------------------------------------------------------------
PLUM0442-003 01/01/2018
AMADOR (South of San Joaquin River) and ALPINE COUNTIES
Rates Fringes
PLUMBER ..........................$ 41.00 29.37
----------------------------------------------------------------
PLUM0447-001 07/01/2017
AMADOR (north of San Joaquin River), EL DORADO (excluding Lake
Tahoe area), NEVADA (excluding Lake Tahoe area); PLACER
(excluding Lake Tahoe area), SACRAMENTO AND YOLO COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER
Journeyman ..................$ 48.37 24.00
Light Commercial Work ....... $ 36.23 17.72
----------------------------------------------------------------
ROOF0081-006 08/01/2017
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
Roofer ...........................$ 38.20 16.81
----------------------------------------------------------------
ROOF0081-007 08/01/2017
ALPINE, BUTTE, COLUSA, EL DORADO, GLENN,LASSEN, MODOC, NEVADA,
PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER,
TEHAMA, TRINITY, YOLO, AND YUBA COUNTIES
Rates Fringes
Roofer ...........................$ 35.97 16.83
https://www.wdol.gov/wdol/scafiiles/davisbacon/CA9.dvb?v=10 39/44
6/18/2018 https://www.wdol.gov/wdol/scafiles/davisbaconiuAg.dvb?v=10
----------------------------------------------------------------
SFCA0483-003 01/01/2018
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SPRINKLER FITTER (Fire
Sprinklers) ......................$ 61.37 29.12
----------------------------------------------------------------
SFCA0669-003 04/01/2017
ALPINE, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA,
PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER,
TEHAMA, TRINITY, YOLO AND YUBA COUNTIES
Rates Fringes
SPRINKLER FITTER .................$ 37.20 15.84
----------------------------------------------------------------
SHEE0104-006 07/03/2017
MARIN, NAPA, SOLANO SONOMA & TRINITY COUNTIES
Rates Fringes
Sheet Metal Worker
Mechanical Contracts
$200,000 or less ............ $ 50.29 37.16
All other work ..............$ 57.09 37.79
----------------------------------------------------------------
SHEE0104-009 07/01/2017
AMADOR, COLUSA, EL DORADO, NEVADA, PLACER, SACRAMENTO, SUTTER,
YOLO AND YUBA COUNTIES
Rates Fringes
SHEET METAL WORKER ...............$ 41.80 33.13
----------------------------------------------------------------
SHEE0104-010 07/01/2017
ALPINE COUNTY
Rates Fringes
SHEET METAL WORKER ...............$ 39.74 31.50
----------------------------------------------------------------
SHEE0104-011 07/01/2017
BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER,
PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA,
YOLO AND YUBA COUNTIES
Rates Fringes
Sheet Metal Worker (Metal
decking and siding only) ......... $ 37.53 32.05
----------------------------------------------------------------
SHEE0104-014 07/01/2017
MARIN, NAPA, SOLANO, SONOMA AND TRINITY COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 40/44
6/18/2018 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.u.,j?v=l 0
Rates Fringes
SHEET METAL WORKER (Metal
Decking and Siding only) ......... $ 37.53 32.10
----------------------------------------------------------------
SHEE0104-019 07/01/2017
BUTTE, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU
AND TEHAMA COUNTIES
Rates Fringes
SHEET METAL WORKER
Mechanical Jobs $200,000 &
under .......................$ 31.35 31.09
Mechanical Jobs over
$200,000 ....................$ 41.80 33.08
----------------------------------------------------------------
TEAM0094-001 07/01/2017
Rates Fringes
Truck drivers:
GROUP
1 .....................$
30.72
27.47
GROUP
2 .....................$
31.02
27.47
GROUP
3 .....................$
31.32
27.47
GROUP
4 .....................$
31.67
27.47
GROUP
5 .....................$
32.02
27.47
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.;
Jetting trucks, under 7,000 gals.; Single -unit flat rack
(3 -axle unit); Highbed heavy duty transport; Scissor truck;
Rubber -tired muck car (not self -loaded); Rubber -tired truck
jumbo; Winch truck and "A" frame drivers; Combination winch
truck with hoist; Road oil truck or bootperson;
Buggymobile; Ross, Hyster and similar straddle carriers;
Small rubber -tired tractor
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 41144
6/18/2018
https://www.wdol.gov/wdol/scafiles/davisbacon/t,A9.dvb?v=10
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.
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 E0, 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 www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=10 42144
8/18/2018 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.L..j?v=10
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 43/44
8/18/2018 hftps://www.wdol.gov/wdol/scaflies/davisbaconiLA9.dvb?v=l 0
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION
https://www.wdol.gov/wdol/scafiles/davisbacon/CAg.dvb?v=10 44/44
Local Assistance Procedures Manual
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273-- Revised May 1, 2012
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS ATTACHMENT B
I. General
II. Nondiscrimination
III. No segregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution
Control Act
X. Compliance with Government wide Suspension and Debarment
Requirements
A. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development
Highway System or Appalachian Local Access Road Contracts
(included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding emergency
contracts solely intended for debris removal). The contractor (or
subcontractor) must insert this form in each subcontract and further
require its inclusion in all lower tier subcontracts (excluding purchase
orders, rental agreements and other agreements for supplies or
services).
The applicable requirements of Form FHWA-1273 are incorporated by
reference for work done under any purchase order, rental agreement or
agreement for other services The prime contractor shall be responsible
for compliance by any subcontractor, lower -tier subcontractor or service
provider.
Form FHWA-1273 must be inc uded in all Federal -aid design -build
contracts, in all subcontracts and in lower tier subcontracts (excluding
subcontracts for design services, purchase orders, rental agreements
and other agreements for supplies or services). The design -builder shall
be responsible for compliance by any subcontractor, lower -tier
subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal
or request for proposal documents, however, the Form FHWA-1273
must be physically incorporated (not referenced) in all contracts,
subcontracts and lower -tier subcontracts (excluding purchase orders,
rental agreements and other agreements for supplies or services related
to a construction contract).
2. Subject to the applicability criteria noted in the following sections,
these contract provisions shall apply to all work performed on the
contract by the contractor's own organization and with the assistance
of workers under the contractor's -mmediate superintendence and to
all work performed on the contract by piecework, station work, or by
subcontract.
3. A breach of any of the stipulat:ons contained in these Required
Contract Provisions may be sufficient grounds for withholding of
progress payments, withholding of final payment, termination of the
contract, suspension / debarment or any other action determined to
be appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the
contractor shall not use convict labor for any purpose within the limits
of a construction project on a Federal -aid highway unless it is labor
performed by convicts who are on parole, supervised release, or
probation. The term Federal -aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable
to all Federal -aid construction contracts and to all related construction
subcontracts of $10,000 or more. The provisions of 23 CFR Part 230
are not applicable to material supply, engineering, or architectural
service contracts.
In addition, the contractor and all subcontractors must comply with the
following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-
1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and
27; and 23 CFR Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the
requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and,
for all construction contracts exceeding $10,000, the Standard Federal
Equal Emp:oyment Opportunity Construction Contract Specifications in
41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to
determine compliance with Executive Order 11246 and the policies of
the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627.
The contracting agency and the FHWA have the authority and the
responsibility to ensure compliance with Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of
the Civil Rights Act of 1964, as amended, and related regulations
including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and
633.
The following provision is adopted from 23 CFR 230, Appendix A, with
appropriate revisions to conform to the U.S. Department of Labor (US
DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity
(EEO) requirements not to discriminate and to take affirmative action to
assure equal opportunity as set forth under laws, executive orders,
rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41
CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as
modified by the provisions prescribed herein, and imposed pursuant to
23 U.S.C. 140 shall constitute the EEO and specific affirmative action
standards for the contractor's project activities under this contract. The
provisions of the Americans with Disabilities Act of 1990 (42 U.S.C.
12101 at seq.) set forth under 28 CFR 35 and 29 CFR 1630 are
incorporated by reference in this contract. In the execution of this
contract, the contractor agrees to comply with the following minimum
specific requirement activities of EEO:
a. The contractor will work with the contracting agency and the Federa
Government to ensure that it has made every good faith effort to
provide equal opportunity with respect to all of its terms and
conditions of employment and in their review of activities under the
contract.
b. The contractor will accept as its operating policy the following
statement:
"It is the policy of this Company to assure that applicants are employed,
and that employees are treated during employment, without regard to
their race, religion, sex, color, national origin, age or disability. Such
action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection for training, including
apprenticeship, pre -apprenticeship, and/or on-the-job training."
Page 8 of 23
January 2018
Local Assistance Procedures Manual
2. EEO Officer: The contractor will designate and make known to
the contracting officers and EEO Officer who will have the
responsibility for and must be capable of effectively administering
and promoting and active EEO program and who must be assigned
adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff
who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of,
and will implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed
and explained. The meetings will be conducted by the EEO
Officer.
b. All new supervisory or personnel office employees will be given
a thorough indoctrination by the EEO Officer, covering all major
aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will
be placed in areas readily accessible to employees, applicants
for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement
such policy will be brought to the attention of employees by
means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contractor
will include in all advertisements for employees the notation: "An
Equal Opportunity Employer." All such advertisements will be
placed in publications having a large circulation among minorities
and women in the area from which the project work force would
normally be derived.
The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through
public and private employee referral sources likely to yield
qualified minorities and women. To meet this requirement, the
contractor will identify sources of potential minority group
employees, and establish with such identified sources
procedures whereby minority and women applicants may be
referred to the contractor for employment consideration.
b. In the event the contractor has a valid bargaining agreement
providing for exclusive hiring hall referrals, the contractor is
expected to observe the provisions of that agreement to the
extent that the system meets the contractor's compliance with
EEO contract provisions. Where implementation of such an
agreement has the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such
implementation violates Federal nondiscrimination provisions.
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
c. The contractor will encourage its present employees to refer
minorities and women as applicants for employment.
Information and procedures with regard to referring such
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee
benefits shall be established and administered, and personnel
actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without
regard to race, color, religion, sex, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to
insure that working conditions and employee facilities do not
indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid
within each classification to determine any evidence of
discriminatory wage practices.
c. The contractor will periodically review selected personnel actions
in depth to determine whether there is evidence of discrimination.
Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination
may extend beyond the actions reviewed, such corrective action
shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged
discrimination made to the contractor in connection with its
obligations under this contract, will attempt to resolve such
complaints, and will lake appropriate corrective action within a
reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform every
complainant of all of their avenues of appeal.
6. Training and Promotion:
The contractor will assist in locating, qualifying, and increasing
the skills of minorities and women who are applicants for
employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of
trade or job classification involved.
Consistent with the contractor's work force requirements and as
permissible under Federal and State regulations, the contractor
shall make full use of training programs, i.e., apprenticeship, and
on-the-job training programs for the geographical area of contract
performance. In the event a special provision for training is
provided under this contract, this subparagraph will be
superseded as indicated in the special provision. The contracting
agency may reserve training positions for persons who receive
welfare assistance in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and promotion
potential of employees who are minorities and women and will
encourage eligible employees to apply for such training and
promotion.
Page 9 of 23
January 2018
Local Assistance Procedures Manual
7. Unions: If the contractor relies in whole or in part upon unions as
a source of employees, the contractor will use good faith efforts to
obtain the cooperation of such unions to increase opportunities for
minorities and women. Actions by the contractor, either directly or
through a contractor's association acting as agent, will include the
procedures set forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in the unions and increasing the skills of minorities and women
so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an EEO
clause into each union agreement to the end that such union
will be contractually bound to refer applicants without regard to
their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the
extent such information is within the exclusive possession of
the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify to
the contracting agency and shall set forth what efforts have
been made to obtain such information.
d. In the event the union is unable to provide the contractor with a
reasonable flow of referrals within the time limit set forth in the
collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies
without regard to race, color, religion, sex, national origin, age
or disability; making full efforts to obtain qualified and/or
qualifiable minorities and women. The failure of a union to
provide sufficient referrals (even though it is obligated to
provide exclusive referrals under the terms of a collective
bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral
practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
contracting agency.
8. Reasonable Accommodation for Applicants / Employees
with Disabilities: The contractor must be familiar with the
requirements for and comply with the Americans with Disabilities
Act and all rules and regulations established there under.
Employers must provide reasonable accommodation in all
employment activities unless to do so would cause an undue
hardship.
9. Selection of Subcontractors, Procurement of Materials and
Leasing of Equipment: The contractor shall not discriminate on
the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The contractor
shall take all necessary and reasonable steps to ensure
nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this contract.
The contractor will use good faith efforts to ensure subcontractor
compliance with their EEO obligations.
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
10. Assurance Required by 49 CFR 26.13(b):
The requirements of 49 CFR Part 26 and the State DOT's U.S.
DOT -approved DBE program are incorporated by reference.
The contractor or subcontractor shall not discriminate on the
basis of race, color, national origin, or sex in the performance of
this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration
of DOT -assisted 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 contracting agency deems appropriate.
11. Records and Reports: The contractor shall keep such records
as necessary to document compliance with the EEO requirements.
Such records shall be retained for a period of three years following
the date of the final payment to the contractor for all contract work
and shall be available at reasonable times and places for inspection
by authorized representatives of the contracting agency and the
FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non -minority group
members and women employed in each work classification on
the project;
(2) The progress and efforts being made in cooperation with
unions, when applicable, to increase employment opportunities
for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training,
qualifying, and upgrading minorities and women.
b. The contractors and subcontractors will submit an annual report
to the contracting agency each July for the duration of the
project, indicating the number of minority, women, and non -
minority group employees currently engaged in each work
classification required by the contract work. This information is
to be reported on Fonn FHWA-1391. The staffing data should
represent the project work force on board in all or any part of the
last payroll period preceding the end of July. If on-the-job
training is being required by special provision, the contractor will
be required to collect and report training data. The employment
data should reflect the work force on board during all or any part
of the last payroll period preceding the end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts
and to all related construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees
are provided in such a manner that segregation on the basis of
race, color, religion, sex, or national origin cannot result. The
contractor may neither require such segregated use by written or
oral policies nor tolerate such use by employee custom. The
contractor's obligation extends further to ensure that its employees
are not assigned to perform their services at any location, under the
contractor's control, where the facilities are segregated. The term
"facilities" includes waiting rooms, work areas, restaurants and
other eating areas, time clocks, restrooms, washrooms, locker
rooms, and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and
housing provided for employees. The contractor shall provide
separate or single -user restrooms and necessary dressing or
sleeping areas to assure privacy between sexes.
Page 10 of 23
January 2018
Local Assistance Procedures Manual
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects
exceeding $2,000 and to all related subcontracts and lower -tier
subcontracts (regardless of subcontract size). The requirements
apply to all projects located within the right-of-way of a roadway that
is functionally classified as Federal -aid highway. This excludes
roadways functionally classified as local roads or rural minor
collectors, which are exempt. Contracting agencies may elect to
apply these requirements to other projects.
The following provisions are from the U.S. Department of Labor
regulations in 29 CFR 5.5 "Contract provisions and related matters"
with minor revisions to conform to the FHWA-1273 format and
FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site
of the work, will be paid unconditionally and not less often than
once a week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are permitted by
regulations issued by the Secretary of Labor under the Copeland
Act (29 CFR part 3)), the full amount of wages and bona fide fringe
benefits (or cash equivalents thereof) due at time of payment
computed at rates not less than those contained 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 be alleged to exist between the contractor and such
laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide
fringe benefits under section 1(b)(2) of the Davis -Bacon Act on
behalf of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of paragraph 1.d.
of this section; also, regular contributions made or costs incurred for
more than a weekly period (but not less often than quarterly) under
plans, funds, or programs which cover the particular weekly period,
are deemed to be constructively made or incurred during such
weekly period. Such laborers and mechanics shall be paid the
appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed,
without regard to skill, except as provided in 29 CFR 5.5(a)(4).
Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each
classification for the time actually worked therein: Provided, That
the employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage
determination (including any additional classification and wage
rates conformed under paragraph 1.b. of this section) and the
Davis -Bacon poster (WH -1321) shall be posted at all limes by the
contractor and its subcontractors at the site of the work in a
prominent and accessible place where it can be easily seen by the
workers.
b. (1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which is not listed in the
wage determination and which is to be employed under the contract
shall be classified in conformance with the wage determination. The
contracting officer shall approve an additional classification and
wage rate and fringe benefits therefore only when the following
criteria have been met:
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
(i) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and
(ii) The classification is utilized in the area by the construction
industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits,
bears a reasonable relationship to the wage rates contained in
the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
representatives, and the contracting officer agree on the
classification and wage rate (including the amount designated
for fringe benefits where appropriate), a report of the action
taken shall be sent by the contracting officer to the Administrator
of the Wage and Hour Division, Employment Standards
Administration, U.S. Department of Labor, Washington, DC
20210. The Administrator, or an authorized representative, will
approve, modify, or disapprove every additional classification
action within 30 days of receipt and so advise the contracting
officer or will notify the contracting officer within the 30 -day
period that additional time is necessary.
(3) In the event the contractor, the laborers or mechanics to be
employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe
benefits, where appropriate), the contracting officer shall refer
the questions, including the views of all interested parties and
the recommendation of the contracting officer, to the Wage and
Hour Administrator for determination. The Wage and Hour
Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the
30 -day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate)
determined pursuant to paragraphs 1.b.(2) or l.b.(3) of this
section, shall 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.
c. Whenever the minimum wage rate prescribed in the contract for
a class of laborers or mechanics includes a fringe benefit which
is not expressed as an hourly rate, the contractor shall either
pay the benefit as stated in the wage determination or shall pay
another bona fide fringe benefit or an hourly cash equivalent
thereof.
d. If the contractor does not make payments to a trustee or other
third person, the contractor may consider as part of the wages of
any laborer or mechanic the amount of any costs reasonably
anticipated in providing bona fide fringe benefits under a plan or
program, Provided, That the Secretary of Labor has found, upon the
written request of the contractor, that the applicable standards of
the Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for
the meeting of obligations under the plan or program.
Page it of 23
January 2018
Local Assistance Procedures Manual
2. Withholding
The contracting agency shall upon its own action or upon written
request of an authorized representative of the Department of Labor,
withhold or cause to be withheld from the contractor under this
contract, or any other Federal contract with the same prime
contractor, or any other federally -assisted contract subject to Davis -
Bacon prevailing wage requirements, which is held by the same
prime contractor, so much of the accrued payments or advances as
may be considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the
contractor or any subcontractor the full amount of wages required
by the contract. In the event of failure to pay any laborer or
mechanic, including any apprentice, trainee, or helper, employed or
working on the site of the work, all or part of the wages required by
the contract, the contracting agency may, after written notice to the
contractor, take such action as may be necessary to cause the
suspension of any further payment, advance, or guarantee of funds
until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained
by the contractor during the course of the work and preserved for a
period of three years thereafter for all laborers and mechanics
working at the site of the work. Such records shall contain the
name, address, and social security number of each such worker,
his or her correct classification, hourly rates of wages paid
(including rates of contributions or costs anticipated for bona ride
fringe benefits or cash equivalents thereof of the types described in
section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly
number of hours worked, deductions made and actual wages paid.
Whenever the Secretary of Labor has found under 29 CFR
5.5(a)(1)(iv) that the wages of any laborer or mechanic include the
amount of any costs reasonably anticipated in providing benefits
under a plan or program described in section 1(b)(2)(B) of the
Davis -Bacon Act, the contractor shall maintain records which show
that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or
program has been communicated in writing to the laborers or
mechanics affected, and records which show the costs anticipated
or the actual cost incurred in providing such benefits. Contractors
employing apprentices or trainees under approved programs shall
maintain written evidence of the registration of apprenticeship
programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates
prescribed in the applicable programs.
b. (1) The contractor shall submit weekly for each week in which
any contract work is performed a copy of all payrolls to the
contracting agency. The payrolls submitted shall set out accurately
and completely all of the information required to be maintained
under 29 CFR 5.5(a)(3)(i), except that full social security numbers
and home addresses shall not be included on weekly transmittals.
Instead the payrolls shall only need to include an individually
identifying number for each employee ( e.g. , the last four digits of
the employee's social security number). The required weekly payroll
information may be submitted in any form desired. Optional Form
WH -347 is available for this purpose from the Wage and Hour
Division Web site at
http://www.dol.gov/esa/whd/forms/wh347!nstr.htm or its successor
site. The prime contractor is responsible for the submission of
copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
current address of each covered worker, and shall provide them
upon request to the contracting agency for transmission to the
State DOT, the FHWA or the Wage and Hour Division of the
Department of Labor for purposes of an investigation or audit of
compliance with prevailing wage requirements. It is not a violation
of this section for a prime contractor to require a subcontractor to
provide addresses and social security numbers to the prime
contractor for its own records, without weekly submission to the
contracting agency.
(2) Each payroll submitted shall be accompanied by a "Statement
of Compliance," signed by the contractor or subcontractor or his
or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the
following:
(i) That the payroll for the payroll period contains the information
required to be provided under §5.5 (a)(3)(ii) of Regulations, 29
CFR part 5, the appropriate information is being maintained
under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such
information is correct and complete;
(ii) That each laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the
full wages earned, other than permissible deductions as set
forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the
applicable wage rates and fringe benefits or cash equivalents
for the classification of work performed, as specified in the
applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set
forth on the reverse side of Optional Form WH -347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject
the contractor or subcontractor to civil or criminal prosecution
under section 1001 of title 18 and section 231 of title 31 of the
United States Code.
The contractor or subcontractor shall make the records
required under paragraph 3.a. of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT, the
FHWA, or the Department of Labor, and shall permit such
representatives to interview employees during working hours
on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the FHWA may,
after written notice to the contractor, the contracting agency or
the State DOT, take such action as may be necessary to
cause the suspension of any further payment, advance, or
guarantee of funds. Furthermore, failure to submit the required
records upon request or to make such records available may
be grounds for debarment action pursuant to 29 CFR 5.12.
Page 12 of 23
January 2018
Local Assistance Procedures Manual
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined
rate for the work they performed when they are employed pursuant
to and individually registered in a bona fide apprenticeship program
registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency
recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such
an apprenticeship program, who is not individually registered in the
program, but who has been certified by the Office of Apprenticeship
Training, Employer and Labor Services or a State Apprenticeship
Agency (where appropriate) to be eligible for probationary
employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in
any craft classification shall not be greater than the ratio permitted
to the contractor as to the entire work force under the registered
program. Any worker listed on a payroll at an apprentice wage rate,
who is not registered or otherwise employed as stated above, shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess
of the ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination for
the work actually performed. Where a contractor is performing
construction on a project in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified in the
contractor's or subcontractor's registered program shall be
observed.
Every apprentice must be paid at not less than the rate specified in
the registered program for the apprentice's level of progress,
expressed as a percentage of the journeymen hourly rate specified
in the applicable wage determination. Apprentices shall be paid
fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not
specify fringe benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for the applicable
classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes
shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and
Labor Services, or a State Apprenticeship Agency recognized by
the Office, withdraws approval of an apprenticeship program, the
contractor will no longer be permitted to utilize apprentices at less
than the applicable predetermined rate for the work performed until
an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to
work at less than the predetermined rale for the work performed
unless they are employed pursuant to and individually registered in
a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and
Training Administration.
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the Employment
and Training Administration.
Every trainee must be paid at not less than the rate specified in the
approved program for the trainee's level of progress, expressed as
a percentage of the journeyman hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe
benefits in accordance with the provisions of the trainee program. If
the trainee program does not mention fringe benefits, trainees shall
be paid the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program
associated with the corresponding journeyman wage rate on the
wage determination which provides for less than full fringe benefits
for apprentices. Any employee listed on the payroll at a trainee rate
who is not registered and participating in a training plan approved
by the Employment and Training Administration shall be paid not
less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted
under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws
approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
c. Equal employment opportunity. The utilization of apprentices,
trainees and journeymen under this part shall be in conformity
with the equal employment opportunity requirements of Executive
Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill
training programs which have been certified by the Secretary of
Transportation as promoting EEO in connection with Federal -aid
highway construction programs are not subject to the requirements
of paragraph 4 of this Section IV. The straight time hourly wage
rates for apprentices and trainees under such programs will be
established by the particular programs. The ratio of apprentices and
trainees to journeymen shall not be greater than permitted by the
terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor
shall comply with the requirements of 29 CFR part 3, which are
incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor with all
the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract
clauses in 29 CFR 5.5 may be grounds for termination of the
contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
Page 13 of 23
January 2018
Local Assistance Procedures Manual
8. Compliance with Davis -Bacon and Related Act requirements.
All rulings and interpretations of the Davis -Bacon and Related Acts
contained in 29 CFR parts 1, 3, and 5 are herein incorporated by
reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of
the labor standards provisions of this contract shall not be subject to
the general disputes clause of this contract. Such disputes shall be
resolved in accordance with the procedures of the Department of
Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the
contractor's firm is a person or firm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis -
Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person
firm ineligible for award of a Government contract by virtue of
section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S
Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS
ACT
The following clauses apply to any Federal -aid construction contract
in an amount in excess of $100,000 and subject to the overtime
provisions of the 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
terms laborers and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he
or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the
basic rate of pay for all hours worked in excess of forty hours in
such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In
the event of any violation of the clause set forth in paragraph (1.) of
this section, the contractor and any subcontractor responsible
therefor shall be liable for the unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States (in
the case of work done under contract for the District of Columbia or
a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect
to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
3. Withholding for unpaid wages and liquidated damages. The
FHWA or the contacting agency shall upon its own action or upon
written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable
on account of work performed by the contractor or subcontractor
under any such contract or any other Federal contract with the
same prime contractor, or any other federally -assisted contract
subject to the Contract Work Hours and Safety Standards Act,
which is held by the same prime contractor, such sums as may be
determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph (2.) of this
section.
4. Subcontracts. The contractor or subcontractor shall insert in
any subcontracts the clauses set forth in paragraph (1.) through (4.)
of this section and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime
contractor shall be responsible for compliance by any subcontractor
or lower tier subcontractor with the clauses set forth in paragraphs
(1.) through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts
on the National Highway System.
The contractor shall perform with its own organization contract
work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of 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 specialty items
performed may be deducted from the total original contract price
before computing the amount of work required to be performed
by the contractor's own organization (23 CFR 635.116).
The term "perform work with its own organization" refers to
workers employed or leased by the prime contractor, and
equipment owned or rented by the prime contractor, with or
without operators. 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 payments for the costs of hiring leased
employees from an employee leasing firm meeting all relevant
Federal and State regulatory requirements. Leased
employees may only be included in this term if the prime
contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of
the day-to-day activities of the leased employees;
(2) the prime contractor remains responsible for the quality of the
work of the leased employees;
(3) the prime contractor retains all power to accept or exclude
individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for the
payment of predetermined minimum wages, the submission of
payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that
requires highly specialized knowledge, abilities, or equipment
not ordinarily available in the type of contracting organizations
qualified and expected to bid or propose on the contract as a
whole and in general are to be limited to minor components of
the overall contract.
Page 14 of 23
January 2018
Local Assistance Procedures Manual
(1.) of this section, in the sum of $10 for each calendar day on which
such individual was required or permitted to work in excess of the
standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph (1.)
of this section.
2. The contract amount upon which the requirements set forth in
paragraph (1) of Section VI is computed includes the cost of
material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
The contractor shall furnish (a) a competent superintendent or
supervisor who is employed by the firm, has full authority to direct
performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is
necessary to assure the performance of the contract.
No portion of the contract shall be sublet, assigned or otherwise
disposed of except with the written consent of the contracting
officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any
responsibility for the fulfillment of the 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 and requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is not
applicable to design -build contracts; however, contracting
agencies may establish their own self -performance requirements
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
In the performance of this contract the contractor shall comply
with all applicable Federal, State, and local laws governing
safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment
and take any other needed actions as it determines, or as the
contracting officer may determine, to be reasonably necessary
to protect the life and health of employees on the job and the
safety of the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of
each subcontract, which the contractor enters into 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 health standards (29
CFR 1926) promulgated by the Secretary of Labor, in
accordance with Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that
the Secretary of Labor or authorized representative thereof, shall
have right of entry to any site of contract performance to inspect
or investigate the matter of compliance with the construction
safety and health standards and to carry out the duties of the
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with the
project perform their functions as carefully, thoroughly, and honestly
as possible. Willful falsification, distortion, or misrepresentation with
respect to any facts related to the project is a violation of Federal
law. To prevent any misunderstanding regarding the seriousness of
these and similar acts, Form FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more places
where it is readily available to all persons concerned with the
project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to 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 of construction on any highway or
related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection
with the construction of any highway or related project approved by
the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate, or
report submitted pursuant to provisions of the Federal -aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and
supplemented;
Shall be fined under this title or imprisoned not more than 5 years
or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
By submission of this bid/proposal or the execution of this contract,
or subcontract, as appropriate, the bidder, proposer, Federal -aid
construction contractor, or subcontractor, as appropriate, will be
deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of
this contract is not prohibited from receiving an award due to a
violation of Section 508 of the Clean Water Act or Section 306 of
the Clean Air Act.
2. That the contractor agrees to include or cause to be included the
requirements of paragraph (1) of this Section X in every
subcontract, and further agrees to take such action as the
contracting agency may direct as a means of enforcing such
requirements.
Page 15 of 23
January 2018
Local Assistance Procedures Manual
Secretary under Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C.3704).
Vlll. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier
participant is providing the certification set out below.
The inability of a person to provide the certification set out below
will not necessarily result in denial of participation in this covered
transaction. The prospective first tier participant shall submit an
explanation of why it cannot provide the certification set out below.
The certification or explanation will be considered in connection
with the department or agency's determination whether to enter
into this transaction. However, failure of the prospective first tier
participant to furnish a certification or an explanation shall
disqualify such a person from participation in this transaction.
c. The certification in this clause is a material representation of fact
upon which reliance was placed when the contracting agency
determined to enter into this transaction. If it is later determined
that the prospective participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal
Government, the contracting agency may terminate this
transaction for cause of default.
d. The prospective first tier participant shall provide immediate written
notice to the contracting agency to whom 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.
The terms "covered transaction," "debarred," "suspended,"
"ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180
and 1200. "First Tier Covered Transactions" refers to any covered
transaction between a grantee or subgrantee of Federal funds and
a participant (such as the prime or general contract). "Lower Tier
Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a
covered transaction with a grantee or subgrantee of Federal funds
(such as the prime or general contractor). "Lower Tier Participant"
refers any participant who has entered into a covered transaction
with a First Tier Participant or other Lower Tier Participants (such
as subcontractors and suppliers).
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 — Revised May 1, 2012
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
This provision is applicable to all Federal -aid construction contracts,
design -build contracts, subcontracts, lower -tier subcontracts,
purchase orders, lease agreements, consultant contracts or any
other covered transaction requiring FHWA approval or that is
estimated to cost $25,000 or more — as defined in 2 CFR Parts 180
and 1200.
A participant in a covered transaction may rely upon a certification
of a prospective participant in a lower tier covered transaction that
is not debarred, suspended, ineligible, or voluntarily excluded from
the covered transaction, unless it 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 the eligibility of any lower tier prospective
participants, each participant may, but is not required to, check the
Excluded Parties List System website (haps: %%,%v%v.epls.eov ), which
is compiled by the General Services Administration.
Nothing contained in the foregoing shall be construed to require
the establishment of a system of records in order to render in good
faith the certification required by this clause. The knowledge and
information of the prospective participant is not required to exceed
that which is normally possessed by a prudent person in the
ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these
instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause or default.
2. Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion — First Tier Participants:
The prospective first tier participant certifies to the best of its
knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal department
or agency;
(2)
f. The prospective first tier participant agrees by submitting this
proposal that, should the proposed covered transaction be entered
into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency (3)
entering into this transaction.
The prospective first tier participant further agrees by submitting
this proposal that it will include the clause titled "Certification
Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion -Lower Tier Covered Transactions," provided by the
department or contracting agency, entering into this covered
Have not within a three-year period preceding this proposal
been convicted of or had a civil judgment rendered against them
for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction
of records, making false statements, or receiving stolen
property;
Are not presently indicted for or otherwise criminally or civilly
charged by a governmental entity (Federal, State or local) with
commission of any of the offenses enumerated in paragraph
(a)(2) of this certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
Page 16 of 23
January 2018
Local Assistance Procedures Manual
transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactions exceeding the $25,000 threshold.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier
transactions requiring prior FHWA approval or estimated to cost
$25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier
is providing the certification set out below.
b. The certification in this clause is a material representation of fact
upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government,
the department, or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
c. The prospective lower tier participant shall provide immediate
written notice to the person to which this proposal is submitted if
at any time the prospective lower tier participant learns that its
certification was erroneous by reason of changed circumstances.
The terms "covered transaction," "debarred," "suspended,"
"ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180
and 1200. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
"First Tier Covered Transactions" refers to any covered
transaction between a grantee or subgrantee of Federal funds
and a participant (such as the prime or general contract). "Lower
Tier Covered Transactions" refers to any covered transaction
under a First Tier Covered Transaction (such as subcontracts).
"First Tier Participant" refers to the participant who has entered
into a covered transaction with a grantee or subgrantee of
Federal funds (such as the prime or general contractor). "Lower
Tier Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this
proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended,
declared ineligible, or voluntarily excluded from participation in
this covered transaction, unless authorized by the department or
agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting
this proposal that it will include this clause titled "Certification
Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion -Lower Tier Covered Transaction," without modification,
in all lower tier covered transactions and in all solicitations for
lower tier covered transactions exceeding the $25,000 threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it 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 the eligibility of any
lower tier prospective participants, each participant may, but is
not required to, check the Excluded Parties List System website
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
b. Where the prospective participant is unable to certify to any of
the statements in this certification, such prospective participant
shall attach an explanation to this proposal.
i. Except for transactions authorized under paragraph a of these
instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion—Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of
this proposal, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participating in covered
transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to
any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts which exceed $100,000 (49 CFR
20).
1. The prospective participant certifies, by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
a. 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 the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of
any Federal contract, grant, loan, or cooperative agreement.
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 cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL,
"Disclosure Forth to Report Lobbying," in accordance with its
instructions.
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 U.S.C. 1352.
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.
3.The prospective participant also agrees by submitting its bid or
proposal that the participant shall require that the language of
this certification be included in all lower tier subcontracts, which
Page 17 of 23
January 2018
Local Assistance Procedures Manual
(hugs: %v%%,%%.epls.eov ), which is compiled by the General Services
Administration.
Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render in good
faith the certification required by this clause. The knowledge and
normally possessed by a prudent person in the ordinary course of
business dealings.
Exhibit 12-G
Required Federal -Aid Contract Language
FHWA-1273 -- Revised May 1, 2012
exceed information of participant is not required to exceed that
which is $100,000 and that all such recipients shall certify and
disclose accordingly.
Page 18 of 23
January 2018
EXECUTED IN TRIPLICATE Bond No.: 9291054
Premium: $11,878.00
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A312
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Valentine Corporation
111 Pelican Way
San Rafael, CA 94901
OWNER (Name and Address):
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
SURETY (Name and Principal Place of Business):
Fidelity and Deposit Company of Maryland
525 Market Street, Suite 2900
San Francisco, CA 94105
CONSTRUCTION CONTRACT
Date: August 6, 2018
Amount: One Million Seven Hundred Seventy -Six Thousand Eight Hundred Seventy and 00/100 Dollars ($1,776,870.00)
Description (Name and Location): Grand Avenue Pathway Connector Project
City Project No. 11173
BOND
Date :August 27, 2018
Amount: One Million Seven Hundred Seventy -Six Thousand Eight Hundred Seventy and 00/100 Dollars ($1,776,870.00)
Modifications to this Bond. p None I See Page 3
CONTRACTOR AS PRINCIPAL
Company: Valentine Corporation (Corporate Seal)
Signature: ! "'S4`t7
Name and Title:, Robert 0.
6,�Z" _'_--
Valentine, Pres.
(Any additional signatures appear on page 3)
SURETY Fidelity and Deposit Company of Maryland
Company: (Corporate Seal)
Signature: '50�p
Name and T e.i khurst, Attorney -in -Fact
(FOR INFORMATION ONLY—Name, Address and Telephone)
AGENT or BROKER- OWNER'S REPRESENTATIVE (Architect, Engineer or
Edgewood Partners Insurance Center (EPIC) other party):
1390 Willow Pass Rd, #800
Concord, CA 94520
925.822.9116
AIA DOCUMENT A312 - PERFORMANLE BOND AND PAYMENT BOND - DECEMBER 1984 ED - AIA s
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE N W WASHINGTON, D C 20DD6 A312-1984 1
THIRD PRINTING • MARCII 1987
I the Contractor and the Surety, jointly and severally,
bind themselves, their heirs, executors, administrators,
successors and assigns to the Owner for the performance
of the Construction Contract, which is incorporated herein
by reference.
2 If the Contractor performs the Construction Contract,
the Surety and the Contractor shall have no obligation
under this Bond, except to participate in conferences as
provided in Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation
under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the Construc-
tion Contract. If the Owner, the Contractor and the
Surety agree, the Contractor shall be allowed a reason-
able time to perform the Construction Contract, but
such an agreement shall not waive the Owner's right, if
any, subsequently to declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be de-
clared earlier than twenty days after the Contractor and
the Surety have received notice as provided in Sub-
paragraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in accor-
dance with the terms of the contract with the Owner.
4 When the Owner has satisfied the conditions of Para-
graph 3, the Surety shall promptly and at the Surety's ex-
pense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the Construc-
tion Contract itself, through its agents or through inde-
pendent contractors; or
4.3 Obtain bids or negotiated proposals from
qualified contractors acceptable to the Owner for a
contract for performance and completion of the Con-
struction Contract, arrange for a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurrence, to be secured
with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph G in ex-
cess of the Balance of the Contract Price incurred by the
Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange
for completion, or obtain a new contractor and with
reasonable promptness under the circumstances:
1 After investigation, determine the amount for
which it may be liable to the Octiner and, as
soon as practicable after the amount i, deter
mined, tender payment therefor to the
Owner; or
.2 Deny liability in whole or in part and riotily Ihv
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in Paragraph
4 with reasonable promptness, the Surety shall he deemed
to be in default on this Bond fifteen days after receipt of an
additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under
this Bond, and the Owner shall be entitled to enforce any
remedy available to the Owner. If the Surety proceeds as
provided in Subparagraph 4.4, and the Owner re fuses the
payment tendered or the Surety has denied liability, in
whole or in part, without further notice the Owner shall he
entitled to enforce any remedy available to the Owner.
6 After the Owner has terminated the Contractor's right
to complete the Construction Contract, and if the Surety
elects to act under Subparagraph 4.1, 4.2, or 43 above.
then the responsibilities of the Surety to the (honer shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities (it the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
amount of this Bond, but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Consiruclion Contract, the Sure-
ty is obligated without duplication tor:
6.1 The responsibilities of the Contractor for correc-
tion of defective work and completion of the c onstruc-
hon Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and re-
sulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 liquidated damages, or if no liquidated damages
are specified in the Construction Contract, actual dam-
ages caused by delayed performance or non-pettor-
mance of the Contractor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the Con-
struction Contract, and the Balance of the Contract Price
shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on
this Bond to any person or entity other than the Owner of
its heirs, executors, administrators or successors.
8 The Surety hereby waives notice of any change, includ-
ing changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obliga-
tions.
9 Any proceeding, legal or equitable, under this Bond
may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located
and shall be instituted within two years after Contractor
Default or within two years after the Contractor ceased
working or within two years after the Surety refuses or fails
to perform its obligations under this Bond, whichever oc-
curs first. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation avail -
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA ,k
THE AMERICAN INSTITUTE OF ARCHITECTS. 1775 NEW YORK AVE . NW, WASHINGTON, D C. 21xx0t, A312-1984 2
THIRD PRINTING - MARCH 1987
able to sureties as a defense in the jurisdiction of the suit
shall be applicable
10 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address Shown on the sig-
nature page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to he performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the Con -
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
tractor of any amounts received or to be received by
the Owner in settlement of insurance or other claims
for damages to which the Contractor is entitled, re-
duced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Con-
tract.
12.2 Construction C ontract. The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Document~ and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived to per-
form or otherwise to comply with the terms of the
Construction Contract,
12.4 Owner Default. Failure of the Owner which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof
(Space is provided below for additional signatures of added parties, other than thotie appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company. (Corporate Seal) Company- (Corporate Seal)
Signature:
Name and Title:,
Address:
Signature:
Name and Title: ,Aitomey-in-Fact
Address:
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BO'%D • DrCEMBER 198-1 ED • AIA n
IHC AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORA AV[ N W WASHINGTON, D C 21NRlb, A312-1984 3
THIRD PRINTING • MARCH 1987
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
M TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this Z�day of Cjw + 20 I'
0:,;
SICAL :2i ice'
�...0*.....
. B, D_
Michael Bond, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
DAVID MCVICKER, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Jeff PARK-HURST, Kathleen BECK, Jonathan RUSSELL, Patricia Lynn DREW, Deepa NEUPANE and Sofia
OCEGUEDA, all of Concord, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for,
and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New
York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in
Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in
Owings Mills, Maryland., in their own proper persons.
1 he said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the B) -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 14th day of April, A.D. 2017.
ATTEST:
W.
p4 ,1 i j
{ `
i\K Jia VI I,'
ff
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
oSALtfg�
o�r°dP' o a
it I
=t 'I / L�
Assistant Secretary Vice President
Dmvn E. Brown David XfcVicker
State of Maryland
County of Baltimore
On this 14th day of April, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID
MCVICKER, Vice President, and DAWN E. BROWN, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
x.,03
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 016-6171
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
�...i.:�h`- '.f -Z t1:aZ�.c�Y^C:.[- �. _ =t:f-4 ..f-�:..^. .•.....�,:.t 7.�vi�,l^1^�R--moi �' �•'A�".!-��::..Y'l.1 .y^:.3-:.i=tf74'".'_'.'s"t.'`f-�;�v.:r:.�,�.:
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Marin
On 08/28/18
Date
personally appeared
before me,
Valorie McCauley, Notary Public
Here lnseli Name and Title of the Officer
Robert 0. Valentine President
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person( whose names) is/afe
subscribed to the within instrument and acknowledged to me that he/ehefthey executed the same in
his 4ef ek authorized capacity#es), and that by his/HefMw, r signatures} on the instrument the person(s);
or the entity upon behalf of which the person4acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
VA10RIE MCCAULEY
Commission # 2135367 g
a -e Notary Public - California Z Si nature
Z ` Marin County ' Signature of Notary Public
My Comm. Expires Nov 28, 2019
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
©2016 National Notary Association • www. NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA }
County of Contra Costa J
On August 27, 2018 before me, Kathleen Beck
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Jeff Parkhurst
Name(s) of Signers)
Place Notary Seal Above
, Notary Public,
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand a eoffcial seal.
Signature /vim
S gna re of Notary Public
OPTIONAL
Though the information below is not required by law it may prove valuable to persons relying on the document
and could prevent fraudulent removal anc reattachment of the form to another document.
Description of Attached Document
Title or Type of Document: Performance Bond
Document Date: _August 27, 2018 Number of Pages: 3
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Jeff Parkhurst
❑ Individual
❑ Corporate Officer—Title(s):_
❑ Partner ❑ Limited ❑ General
d Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Fidelity and Deposit
Company of Ma land
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
KATHLEEN BECK
.`
Notary Public - Cali ornia
a : �.a ' +
Contra Costa County z
Z.= i-. a
My
D
Commission # 2162674
Comm Expires Sep 11 2020
Place Notary Seal Above
, Notary Public,
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand a eoffcial seal.
Signature /vim
S gna re of Notary Public
OPTIONAL
Though the information below is not required by law it may prove valuable to persons relying on the document
and could prevent fraudulent removal anc reattachment of the form to another document.
Description of Attached Document
Title or Type of Document: Performance Bond
Document Date: _August 27, 2018 Number of Pages: 3
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Jeff Parkhurst
❑ Individual
❑ Corporate Officer—Title(s):_
❑ Partner ❑ Limited ❑ General
d Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Fidelity and Deposit
Company of Ma land
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
RA
2
y0
WiTH
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER
Contracting Department: Public Works
Project Manager: Shawn Graf / Hunter Young_
Extension: 5347
Project Name: Grand Avenue Pathway Connector
Contractor's Contact: Stephanie Gindlesperger
Contract's Email: seindlesoerger@valentinecora.com
Step
RESPONSIBLE
DEPARTMENT
DESCRIPTION
COMPLETED DATE
REVIEWER
Initial
a. Email PINS Introductory Notice to Contractor
b. Email Contract (in Word) & attachments to City Attorney c/o
I
Project Manager
Laraine. Gittens,a cityofsanrafael.org
6/29/2018
SG
a. Review, revise and comment on draft agreement and return to Project
Manager
7/2/2018
LG
b. Confirm insurance requirements, create Job on PINS, send PINS
2
City Attorney
insurance notice to contractor.
7/2/2018
LG
Forward three (3) originals of final agreement to contractor for their
3
Project Manager
signature.
7/10/2018
SG
When necessary, * contractor -signed agreement agendized for Council
approval
* PSA > $20,000 or Purchase > $35,000: or Public Works Contract >
4
Project Manager
$125,000
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
Forward signed original agreement to City Attorney with printed copy of
5
Project Manager
this routing form
7/18/2018
HY
6
City Attorney
Review and approve hard copy of signed agreement
D,
7
City Attorney
Review and approve insuran a in PINS, and bonds (for public works
contracts) f r) f 1,3 4b
j
8
City
Manager/Mayor
Agreement executed by Council authorized official���
/
9
City Clerk
Attest signatures, retains original agreement and forwards copies to
manager
project
10
Project Manager
Forward Final Copy to Contractor
y - 1-12u
Record Without Fee,
Per GC 27383 and
When recorded mail to:
When recorded mail to:
City of San Rafael
Lindsay Lara, City Cleric
1400 Fifth Avenue
P. 0. Box 151560
San Rafael, CA 94915-1560
COPY of Document Recorded
2:381"M 20 -Aug -2019 2019.0030667
Has not been compared with
original
MARIN COUNTY RECORDER
SPACE ABOVE THIS LINE FOR RECORDER'S L SE
CITY OF SAN RAFAEL
NOTICE OF COMPLETION OF IMPROVEMENT
TO ALL PERSONS WHOM IT MAY CONCERN:
NOTICE IS HEREBY GIVEN for and on behalf of the City of San Rafael, County of Marin, State of
California, that there has been a cessation of labor upon the work or improvement and that said work or
improvement was completed upon the 26t11 day of June, 2019 and accepted the 5" day of August,
2019; that the name, address and nature of the title of the party giving this notice is as follows: Tile City
of San Rafael, 1400 Fifth Avenue, San Rafael, California, 94901, a municipal corporation, in the County
of Marin, State of California, within the boundaries of which said work or improvement was made upon
land owned by said City and/or over which said City has an easement; that said work or improvement is
described as follows:
GRAND AVENUE PATHWAY CONNECTOR PROJECT
CITY PROJECT #11173
and reference is hereby made for a further description thereof to the plans and specifications approved
for said work or improvements now on file in the office of Public Works of said City, and said plans and
specifications are hereby incorporated herein by reference thereto; and that the name of the Contractor
who contracted to perform said work and make such improvement is
Valentine Corporation
I declare under penalty of perjury that the foregoing is true and correct.
Executed at San Rafael, California, on AucuS-r I(-!- , 20_n_.
CITY OF SAN RAFAEL
A Municipal Corporation
By U•/
BILL GUERIN
Director of Public Works
A notary public or other officer completing this certificate verifies
only the identity of the individual who signed the document to
which this certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF MARIN
Subscribed and sworn to (or affirmed) before me on this 1lp day of �tyAgNSk ,
20 1q, by Bill Guerin, proved to me on the basis of satisfactory evidence to be the person(s) who
appeared before me.
WITNESS my hand and official seal.
Signature. -0(
LINDSAY LARA
San Rafael City Clerk
File: 18.06.59