Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Pickleweed Park Playground ReplacementCity of San Rafael ♦ California
Form of Agreement for Informal Bids
Pickleweed Park Playground Replacement
This Agreement is made and entered into this 2 9 day of M a-, 2019 by and between the City of San Rafael
(hereinafter called City) and Community Playgrounds, Inc. (hereinafter called Contractor). Witnesseth, that the City and the
Contractor, for the considerations hereinafter named, agree as follows:
1. Scope of the Work
The Contractor hereby agrees to furnish all of the equipment and labor necessary to perform the work for the project entitled
"Pickleweed Park Playground Replacement." all in accordance with the Project Layout sheets attached hereto as
Attachment A.
2. Prevailing Wages
Pursuant to the requirements of California Labor Code Section 1771, and San Rafael Municipal Code Section 11.50.180 (C), the
general prevailing wage in the locality in which the work is to be performed, for each craft or type of worker needed to execute the
contract, shall be followed. The Contractor shall comply with all federal requirements for Davis -Bacon prevailing wage rates
attached hereto as Attachment B, and pay the higher of the two rates (i.e. federal vs. State prevailing wages).
3. Bonds
The Contractor shall provide and maintain during the course of the project, a Payment Bond and a Faithful Performance Bond issued
by a surety admitted in California, to cover the work under this Agreement, both in the amount of $73,723.00. The Payment Bond
shall comply with the requirements of California Civil Code sections 9550 through 9554. Both the Faithful Performance and
Payment Bonds shall contain a provision for the surety's waiver notice of any changes to the contract underlying the bond.
4. 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, including punchlist items, shall be completed within 15 Working Days, and with such reasonable extensions
of time as may be requested by Contractor and approved by City.
5. 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 $500 for each and every working 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.
6. 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 for work in the following scheduled completed at the unit price stated. The number of units contained in this
schedule is approximately 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
$73,723.00 unless a written amendment is executed by the City and the Contractor. A copy of the original quote is attached
hereto as Attachment C.
BID ITEMS
ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL PRICE
QUANTITY
1 Installation of new Pickleweed Park 1 LS @ $73,723.00 = $73,723.00
playground equipment
Agreement • 1
GRAND TOTAL BID $73.723.00
0RI G`9NAE
7. 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 950 o 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.
8. Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the 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, shall be paid to the Contractor by the City as soon as possible,
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the 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) 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.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not
constitute a waiver of claims.
9.Insurance
(a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the following
insurance policies:
1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per
occurrence: two million dollars ($2,000,000) 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:
1. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and
volunteers, as additional insureds under the policies.
2. The additional insured coverage under Contractor's insurance policies shall be "primary and noncontributory"
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 0104 13.
Agreement • 2
3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and
personal injury.
4. By execution of this Contract, 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 from 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.
(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.
10. Indemnification
(a) Contractor shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by City, and
hold harmless City, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and
against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's
fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of Contractor's
performance of its obligations or conduct of its operations under this Agreement. The Contractor's obligations apply
regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City
Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City
Indemnitees, the Contractor's indemnification obligation shall be reduced in proportion to the City Indemnitees' share
of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the Contractor's
work or work product by the City or any of its directors, officers or employees shall not relieve or reduce the
Contractor's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit,
or other adversarial proceeding arising from Contractor's performance of or operations under this Agreement,
Contractor shall provide a defense to the City Indemnitees or at City's option reimburse the City Indemnitees their
costs of defense, including reasonable attorneys' fees, incurred in defense of such claims.
Agreement • 3
(b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way
be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion
of this Agreement for the full period of time allowed by law.
11. Nondiscrimination
Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national
origin or disability in connection with or related to the performance of its duties and obligations under this Agreement.
12. Compliance with All Laws
Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the
performance of its duties and obligations under this Agreement. Contractor shall perform all services under this Agreement in
accordance with these laws, ordinances, codes and regulations. Contractor shall release, defend, indemnify and hold harmless City,
its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinances, codes or regulations.
13. No Third Party Beneficiaries
City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one
party, under the terms and conditions of this Agreement, to the other party.
14. Notices
All notices and other communications required or permitted to be given under this Agreement, including any notice of change of
address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid,
addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon
the date of deposit with the United States Postal Service. Notice shall be given as follows:
To City: Public Works Director
City of San Rafael
11 l Morphew Street
San Rafael, CA 94901
To Contractor: Community Playgrounds, Inc.
200 Commercial Street
Vallejo, CA 94589
15. Independent Contractor
For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of
an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of
Contractor, its officers, agents and employees be that of an Independent Contractor and not that of an employee of City.
16. Entire Agreement; Amendments
(a) The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference,
represent the entire Agreement of the parties with respect to the subject matter of this Agreement.
(b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between
the Contractor and the City.
(c) No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid
or binding, except by way of a written amendment to this Agreement.
(d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this
Agreement signed by the Contractor and the City.
(e) If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached
exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control.
Agreement • 4
17. Waivers
The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance,
law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any
subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement,
shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this
Agreement or any applicable law, ordinance or regulation.
18. City Business License; Other Taxes
Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael
Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required
to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue Service
Form W-9 (Request for Taxpayer Identification Number and Certification).
19. Warranty
(a) Except as otherwise expressly provided in the Agreement, and excepting only items of routine maintenance, ordinary wear
and tear and unusual abuse or neglect by City, Contractor warrants and guarantees all work executed and all supplies,
materials and devices of whatsoever nature incorporated in or attached to the work, or otherwise provided as a part of the
work pursuant to the Agreement, to be absolutely free of all defects of workmanship and materials for a period of one year
after final acceptance of the entire work by the City. Contractor shall repair or replace all work or material, together with
any other work or material that may be displaced or damaged in so doing, that may prove defective in workmanship or
material within this one year warranty period without expense or charge of any nature whatsoever to City.
(b) In the event that Contractor shall fail to comply with the conditions of the foregoing warranty within ten (10) days after
being notified of the defect in writing, City shall have the right, but shall not be obligated, to repair, or obtain the repair of,
the defect and Contractor shall pay to City on demand all costs and expense of such repair. Notwithstanding anything
herein to the contrary, in the event that any defect in workmanship or material covered by the foregoing warranty results
in a condition that constitutes an immediate hazard to public health or safety, or any property interest, or any person, City
shall have the right to immediately repair, or cause to be repaired, such defect, and Contractor shall pay to City on demand
all costs and expense of such repair. The foregoing statement relating to hazards to health, safety or property shall be
deemed to include both temporary and permanent repairs that may be required as determined in the sole discretion and
judgment of City.
(c) In addition to the above, the Contractor shall make a written assignment of any applicable manufacturers' and other product
warranties to the City, prior to completion and final acceptance of the work by City.
Agreement • 5
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:
- A�sc-� —
✓1111 %t 11tZ
City Manader
ATTEST: Community Playgr ds, c.
By:
Lindsay Lara Printed Name:
City Clerk Title of Corporate Officer:
and
APPROVED AS TO FORM: Community PI ygrounds, Inc.
By:
L vcFE-0-
OOV/
Robert F. Epstein Printed ame: 4t -i
City Attorney Titleo orporate Officer:,---,:�—{
File No.: 22.08.08
Agreement • 6
May 03, 2019 — 3:00pm. — USER Th—S
l7:\22 Parks Division\22.08 Construction Projects — Informa1\220808 Pick�aweed Park Playground structures •:pgrade'�tesign\Plans\Picklerreed Playground.dwg
`P CA
0
QO CutvioN/ $
on LI �9
e \ �o
Pf
Q � pg., 22
ss
28
N �
[� �f m
NnV OU_
oo
P� -41 w
z
ag
rrINaab
-6 r4 FSA \ �A
.91
99
Rg \ _
\ �N
�a
9�
Os
O\
o\
m CO:
\ NNwW
0 W .
m \ En Cn
< 0
Cn \
N c
a
mmT2 AA,Qu A N
a c4iw 55
�z>=mm
mgnm� y.. HIE �
'DyOm S�
wwzl vz
ISN
www NNow
0000
G O v O
v
m
00
O �M
m -n
-Zi U11 — n
Z (n (D O
W T3
� �
n iD =� �
r O C:
� O
^Cn
'
C:'
9 U
r-�
v
ooN,�� s
N5o°i ly oo��� g 00
m
a�"zy ar'nnn � A
SH
an�9�e � �� r
21 Km
mNN�
m
/ F�
dt 13L
w Py O g o
P
<
�e
<0
y w
CD
< O
N e
a
OOOO I�
♦Voa �
Z�
0
3
0
0
m
0
A
f
N
r -t
n
3
CD
ri•
I3
t
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
General Decision Number: CA190007 02/22/2019 CA7
Superseded General Decision Number: CA20180009
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
Counties: Alpine, Amador, Butte, Colusa, El 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 $10.60 for calendar year 2019 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 $10.60 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2019. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above-mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/04/2019
1 02/01/2019
2 02/15/2019
3 02/22/2019
ASBE0016-001 08/01/2018
AREA 1: MARIN, NAPA, SAN BENITO, SAN FRANCISCO, SOLANO, &
SONOMA COUNTIES
AREA 2: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHEMA, TRINITY, YOLO, & YUBA COUNTIES
Rates Fringes
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
ATTACHMENT B
1145
4/22/2019
https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
Protective Coverings,
Coatings, and Finishes to all
types of mechanical systems)
Area 1 ......................$ 68.11 23.28
Area 2 ......................$ 51.71 23.28
ASBE0016-007 06/25/2018
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 ......................$ 30.81 22.71
AREA 2 ......................$ 31.81 22.71
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/CA7.dvb?v=3 2/45
� r
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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 07/01/2018
Diver
Rates
Assistant Tender, ROV
Tender/Technician ........... $ 47.65
Diver standby ...............$ 52.61
Diver Tender ................$ 51.82
Diver wet ...................$ 97.17
Manifold Operator (mixed
gas) ........................$ 56.82
Manifold Operator (Standby).$ 51.82
DEPTH PAY (Surface Diving):
050 to 100 ft $2.00 per foot
101 to 150 ft $3.00 per foot
Fringes
32.52
32.52
32.52
32.52
32.52
32.52
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 3/45
4/22/2019 https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
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 08/01/2018
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 ......................$
48.40
29.76
Area 3 ......................$
43.02
29.76
Area 4 ......................$
41.67
29.76
Drywall Stocker/Scrapper
Area 1 ......................$
24.20
17.29
Area 3 ......................$
21.51
17.51
Area 4 ......................$
20.84
17.29
----------------------------------------------------------------
CARP0035-009 07/01/2018
Marin County
Rates Fringes
CARPENTER
Bridge Builder/Highway
Carpenter ...................$ 48.40 29.32
https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3 4/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$ 48.55 29.32
Journeyman Carpenter ........ $ 48.40 29.32
Millwright ..................$ 48.50 30.91
CARP0035-010 07/01/2017
AREA 1: Marin, Napa, Solano & 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 07/01/2018
E1 Dorado (West), Placer (West), Sacramento and Yolo Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
48.40
29.32
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
42.67
29.32
Journeyman Carpenter ........
$ 42.52
29.32
Millwright ..................$
45.02
30.91
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 07/01/2018
Alpine, Colusa, E1 Dorado (East), Nevada, Placer (East),
Sierra, Sutter and Yuba Counties
https://www.wdol.goviwdol/scafilesldavisbacon/CA7.dvb?v=3 5/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
48.40
29.32
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
41.32
29.32
Journeyman Carpenter ........
$ 40.17
29.32
Millwright ..................$
43.67
30.91
----------------------------------------------------------------
CARP0152-003 07/01/2018
Amador County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
48.40
29.32
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
41.32
29.32
Journeyman Carpenter ........
$ 41.17
29.32
Millwright ..................$
43.67
30.91
----------------------------------------------------------------
CARP0180-001 07/01/2018
Solano County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
48.40
29.32
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
48.55
29.32
Journeyman Carpenter ........
$ 48.40
29.32
Millwright ..................$
48.50
30.91
----------------------------------------------------------------
CARP0751-001 07/01/2018
Napa and Sonoma Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
48.40
29.32
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
48.55
29.32
Journeyman Carpenter ........
$ 48.50
29.32
Millwright ..................$
48.50
30.91
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 6/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
----------------------------------------------------------------
CARP1599-001 07/01/2018
Butte, Glenn, Lassen, Modoc, Plumas, Shasta, Siskiyou, Tehama
and Trinity Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
48.40
29.32
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
41.32
29.32
Journeyman Carpenter ........
$ 41.17
29.32
Millwright ..................$
43.67
30.91
----------------------------------------------------------------
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 12/01/2018
NAPA AND SOLANO COUNTIES
Rates Fringes
Sound & Communications
Installer ...................$ 38.42 20.20
Technician ..................$ 44.18 20.20
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/CA7.dvb?v=3 7145
1
4/22/2019 https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
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.
----------------------------------------------------------------
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 8/45
' e
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
ELEC0340-003 08/01/2018
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 28.54
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 07/01/2018
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 ......................$ 40.50 17.38
----------------------------------------------------------------
ELECO551-004 06/01/2018
MARIN AND SONOMA COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 48.40 22.66
----------------------------------------------------------------
ELEC0551-005 12/01/2018
MARIN & SONOMA COUNTIES
Rates Fringes
Sound & Communications
Installer ...................$ 38.42 20.11
Technician ..................$ 44.18 20.29
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/CA7.dvb?v=3 9/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
floors located more than 75' above the lowest floor level
having building access); excludes energy management
systems.
----------------------------------------------------------------
* ELEC0659-006 01/01/2019
DEL NORTE, MODOC and SISKIYOU COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 35.19 16.80
----------------------------------------------------------------
ELEC0659-008 02/01/2018
DEL NORTE, MODOC & SISKIYOU COUNTIES
Rates Fringes
Line Construction
(1) Cable Splicer ...........
$ 57.94
18.27
(2) Lineman, Pole Sprayer,
56.79
17.41
Heavy Line Equipment Man ....
$ 51.73
18.02
(3) Tree Trimmer ............
$ 31.10
11.32
(4) Line Equipment Man ......
$ 51.73
18.02
(5) Powdermen,
Jackhammermen...............$
33.80
13.35
(6) Groundman...............$
33.11
13.17
ELEC1245-004 01/01/2019
ALL COUNTIES EXCEPT DEL NORTE, MODOC & SISKIYOU
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$
56.79
17.41
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment) ...........
$ 45.36
16.24
(3) Groundman...............$
34.68
15.86
(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 01/01/2019
Rates Fringes
ELEVATOR MECHANIC ................$ 67.56 34.125+a+b
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/CA7.dvb?v=3 10/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Thanksgiving, and Christmas Day.
----------------------------------------------------------------
ENGI0003-008 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/CA7.dvb?v=3 11/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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.govtwdol/scafiles/davisbacon/CA7.dvb?v=3 12/45
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
ENGIO003-018 06/26/2017
"AREA 1" WAGE RATES ARE LISTED BELOW
"AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
13/45
Rates
Fringes
OPERATOR: Power Equipment
(AREA 1:)
GROUP 1 .....................$
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/CA7.dvb?v=3
13/45
4/22/2019
https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
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/scafiiles/davisbacon/CA7.dvb?v=3 14/45
r
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
cat; Pull- type elevating loader; Gradesetter, grade
checker (GPS, mechanical or otherwise); Grooving and
grinding machine; Heading shield operator; Heavy-duty
drilling equipment, Hughes, LDH, Watson 3000 or similar;
Heavy-duty repairperson and/or welder; Lime spreader;
Loader under 4 cu. yds.; Lubrication and service engineer
(mobile and grease rack); Mechanical finishers or spreader
machine (asphalt, Barber -Greene and similar); Miller
Formless M-9000 slope paver or similar; Portable crushing
and screening plants; Power blade support; Roller operator,
asphalt; Rubber -tired scraper, self -loading (paddle -wheels,
etc.); Rubber- tired earthmoving equipment (scrapers); Slip
form paver (concrete); Small tractor with drag; Soil
stabilizer (P & H or equal); Spider plow and spider puller;
Tubex pile rig; Unlicensed constuction work boat operator,
on site; Timber skidder; Track loader up to 4 yds.;
Tractor -drawn scraper; Tractor, compressor drill
combination; Welder; Woods -Mixer (and other similar Pugmill
equipment)
GROUP 5: Cast -in-place pipe laying machine; Combination
slusher and motor operator; Concrete conveyor or concrete
pump, truck or equipment mounted; Concrete conveyor,
building site; Concrete pump or pumperete gun; Drilling
equipment, Watson 2000, Texoma 700 or similar; Drilling and
boring machinery, horizontal (not to apply to waterliners,
wagon drills or jackhammers); Concrete mixer/all; Person
and/or material hoist; Mechanical finishers (concrete)
(Clary, Johnson, Bidwell Bridge Deck or similar types);
Mechanical burm, curb and/or curb and gutter machine,
concrete or asphalt); Mine or shaft hoist; Portable
crusher; Power jumbo operator (setting slip -forms, etc., in
tunnels); Screed (automatic or manual); Self-propelled
compactor with dozer; Tractor with boom D6 or smaller;
Trenching machine, maximum digging capacity over 5 ft.
depth; Vermeer T -600B rock cutter or similar
GROUP 6: Armor -Coater (or similar); Ballast jack tamper;
Boom- type backfilling machine; Assistant plant engineer;
Bridge and/or gantry crane; Chemical grouting machine,
truck -mounted; Chip spreading machine operator; Concrete
saw (self-propelled unit on streets, highways, airports and
canals); Deck engineer; Drilling equipment Texoma 600,
Hughes 200 Series or similar up to and including 30 ft.
m.r.c.; Drill doctor; Helicopter radio operator;
Hydro -hammer or similar; Line master; Skidsteer loader,
Bobcat larger than 743 series or similar (with
attachments); Locomotive; Lull hi -lift or similar; Oiler,
truck mounted equipment; Pavement breaker, truck -mounted,
with compressor combination; Paving fabric installation
and/or laying'machine; Pipe bending machine (pipelines
only); Pipe wrapping machine (tractor propelled and
supported); Screed (except asphaltic concrete paving);
Self- propelled pipeline wrapping machine; Tractor;
Self -loading chipper; Concrete barrier moving machine
GROUP 7: Ballast regulator; Boom truck or dual-purpose
A -frame truck, non -rotating - under 15 tons; Cary lift or
similar; Combination slurry mixer and/or cleaner; Drilling
equipment, 20 ft. and under m.r.c.; Firetender (hot plant);
Grouting machine operator; Highline cableway signalperson;
Stationary belt loader (Kolman or similar); Lift slab
machine (Vagtborg and similar types); Maginnes internal
full slab vibrator; Material hoist (1 drum); Mechanical
trench shield; Pavement breaker with or without compressor
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 15/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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/CA7.dvb?v=3 16/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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/CA7.dvb?v=3 17/45
4/22/2019 https-//www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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/CA7.dvb?v=3 18/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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 IOAQUIN,
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/CA7.dvb?v=3 19/45
4/22/2019
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/scafiles/davisbacon/CA7.dvb?v=3
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/CA7.dvb?v=3 20/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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 01/01/2019
Rates Fringes
Ironworkers:
Fence Erector ...............$ 32.58 23.41
Ornamental, Reinforcing
and Structural ..............$ 39.00 32.05
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/CA7.dvb?v=3 21/45
4/22/2019
hffps://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
----------------------------------------------------------------
LAB00067-001 12/01/2018
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 ......... $ 24.00 11.13
LABORER (Lead Removal)
Marin County ................$ 31.81 22.71
Remaining Counties .......... $ 30.81 22.71
----------------------------------------------------------------
LAB00067-005 06/27/2017
AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN
MATEO AND SANTA CLARA COUNTIES
AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL
NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN,
MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA,
NEVADA, PLACER, PLUMAS, SANCREMENTO, SAN BENITO, SAN JOAQUIN,
SANTA CRUZ, SIERRA, SHASTA, SISKIYOU, SOLANO, SONOMA,
STANISLAUS, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YOUBA
COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person
Area A .....................$
29.54
22.17
Area B .....................$
28.54
22.17
Traffic Control Person I
Area A .....................$
29.84
22.17
Area B .....................$
28.84
22.17
Traffic Control Person II
Area A .....................$
27.34
22.17
Area B .....................$
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.
----------------------------------------------------------------
LAB00185-002 07/01/2018
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 22/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Mason Tender -Brick .......... $ 31.20 22.20
----------------------------------------------------------------
LAB00185-005 06/25/2018
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 .....................$
37.82
24.11
GROUP
2 .....................$
37.59
24.11
GROUP
3 .....................$
37.34
24.11
GROUP
4 .....................$
36.89
24.11
GROUP
5 .....................$
36.35
24.11
Shotcrete Specialist ........
$ 38.34
24.11
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00185-006 06/25/2018
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 .......................$
30.49
23.20
GROUP 1 .....................$
29.79
23.20
GROUP 1-a ...................$
30.01
23.20
GROUP 1-c ...................$
30.01
23.20
GROUP 1-e ...................$
30.34
23.20
GROUP 1-f ...................$
30.37
23.20
GROUP 2 .....................$
29.64
23.20
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 23/45
4/22/2019
https:/Avww.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
GROUP 3 .....................$ 29.
GROUP 4 .....................$ 23.
See groups 1-b and 1-d under laborer
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
54 23.20
23 23.20
classifications.
(1) New Construction ........ $ 29.54
(2) Establishment Warranty
Period ......................$ 23.23
LABORER (GUNITE - AREA B:)
GROUP 1 .....................$ 29.75
GROUP 2 .....................$ 29.25
GROUP 3 .....................$ 28.66
GROUP 4 .....................$ 28.54
LABORER (WRECKING - AREA B:)
GROUP 1 .....................$ 29.79
GROUP 2 .....................$ 29.64
23.20
23.20
22.31
22.31
22.31
22.31
23.20
23.20
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast -manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock -slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
https://www.wdol.gov/wdol/scafiiles/davisbacon/CA7.dvb?v=3 24145
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. "Sewer cleaner" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 25/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; letting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification "material
cleaner" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of "form stripping, cleaning and oiling
and moving to the next point of erection".
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi -skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00185-008 07/01/2018
Rates Fringes
Plasterer tender .................$ 32.02 23.00
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00261-002 06/25/2018
MARIN COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 30.54 23.65
Traffic Control Person I....$ 30.84 23.65
Traffic Control Person II ... $ 28.34 23.65
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 26/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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 06/25/2018
MARIN COUNTY
Rates Fringes
Tunnel and
Shaft Laborers:
GROUP
1 .....................$
37.82
24.11
GROUP
2 .....................$
37.59
24.11
GROUP
3 .....................$
37.34
24.11
GROUP
4 .....................$
36.89
24.11
GROUP
5 .....................$
36.35
24.11
Shotcrete Specialist ........
$ 38.34
24.11
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00261-007 07/01/2018
MARIN AND NAPA COUNTIES
Rates Fringes
LABORER
Mason Tender -Brick .......... $ 32.45 22.20
----------------------------------------------------------------
LAB00261-010 06/25/2018
MARIN COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 27145
4/22/2019
LABORERS - AREA A:)
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Construction Specialist
Group .......................$
31.49
23.20
GROUP 1 .....................$
30.79
23.20
GROUP 1-a ...................$
31.01
23.20
GROUP 1-c ...................$
30.84
23.20
GROUP 1-e ...................$
31.34
23.20
GROUP 1-f ...................$
31.37
23.20
GROUP 2 .....................$
30.64
23.20
GROUP 3 .....................$
30.54
23.20
GROUP 4 .....................$
24.23
23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction ........
$ 30.54
23.20
(2) Establishment Warranty
Period ......................$
24.23
23.20
LABORER (GUNITE - AREA A:)
GROUP 1 .....................$
30.75
22.31
GROUP 2 .....................$
30.25
22.31
GROUP 3 .....................$
29.66
22.31
GROUP 4 .....................$
29.54
22.31
LABORER (WRECKING - AREA A:)
GROUP 1 .....................$
30.79
23.20
GROUP 2 .....................$
30.64
23.20
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 28/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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 rack -slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. "Sewer cleaner" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 29/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification "material
cleaner" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of "form stripping, cleaning and oiling
and moving to the next point of erection".
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi -skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00261-015 07/01/2018
Rates Fringes
Plasterer tender .................$ 32.02 23.00
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00324-004 06/25/2018
NAPA, SOLANO, AND SONOMA, COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 30/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 29.54 23.65
Traffic Control Person I....$ 29.84 23.65
Traffic Control Person II ... $ 27.34 23.65
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 06/25/2018
NAPA, SOLANO, AND SONOMA COUNTIES
Rates Fringes
Tunnel and
Shaft Laborers:
GROUP
1 .....................$
37.82
24.11
GROUP
2 .....................$
37.59
24.11
GROUP
3 .....................$
37.34
24.11
GROUP
4 .....................$
36.89
24.11
GROUP
5 .....................$
36.35
24.11
Shotcrete Specialist ........
$ 38.34
24.11
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00324-010 07/01/2018
SOLANO AND SONOMA COUNTIES
Rates Fringes
LABORER
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 31/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Mason Tender -Brick .......... $ 31.45 22.20
----------------------------------------------------------------
LAB00324-013 06/25/2018
NAPA, SOLANO, AND SONOMA COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group .......................$
30.49
23.20
GROUP 1 .....................$
29.79
23.20
GROUP 1-a ...................$
30.01
23.20
GROUP 1-c ...................$
29.84
23.20
GROUP 1-e ...................$
30.34
23.20
GROUP 1-f ...................$
29.37
23.20
GROUP 2 .....................$
29.64
23.20
GROUP 3 .....................$
29.54
23.20
GROUP 4 .....................$
23.23
23.20
See groups 1-b and 1-d under laborer
classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction ........$
29.54
23.20
(2) Establishment Warranty
Period ......................$
23.23
23.20
LABORER (GUNITE - AREA B:)
GROUP 1 .....................$
29.75
22.31
GROUP 2 .....................$
29.25
22.31
GROUP 3 .....................$
28.66
22.31
GROUP 4 .....................$
28.54
22.31
LABORER (WRECKING - AREA B:)
GROUP 1 .....................$
29.79
23.20
GROUP 2 .....................$
29.64
23.20
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2" or
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 32/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast -manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock -slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. "Sewer cleaner" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 33/45
4/22/2019
or shot crete
https:/Iwww.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; lacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; letting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification "material
cleaner" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of "form stripping, cleaning and oiling
and moving to the next point of erection".
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi -skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00324-019 07/01/2018
https://www.wdol.gov/wdol/scafiiles/davisbacon/CA7.dvb?v=3 34/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Rates Fringes
Plasterer tender .................$ 32.02 23.00
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0016-004 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,
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 $6.00 additional per hour.
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 35/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
----------------------------------------------------------------
* PAIN0016-008 01/01/2019
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 48.60 27.43
----------------------------------------------------------------
PAIN0169-004 07/01/2018
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 ..........................$ 49.13 28.09
----------------------------------------------------------------
* PAIN0567-001 07/01/2018
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:
Brush and Roller ............ $ 26.70 13.04
Spray Painter & Paperhanger.$ 28.04 13.04
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 = $2.00/hr
*A special coating is a coating that requires the mixing of 2
or more products.
----------------------------------------------------------------
PAIN0567-007 07/01/2018
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
COUNTY (east of Highway 395, beginning at Stacey and including
Honey Lake); NEVADA COUNTY (east of the Sierra Nevada
Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains)
AND SIERRA COUNTY (east of the Sierra Nevada Mountains)
Rates Fringes
SOFT FLOOR LAYER .................$ 29.10 13.14
----------------------------------------------------------------
PAIN0567-010 07/01/2018
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 36/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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 ...................$ 31.82 13.04
(2) Steeplejack - Taper,
over 40 ft with open space
below .......................$ 33.32 13.04
----------------------------------------------------------------
PAIN0767-004 07/01/2018
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 ..........................$ 37.57 28.30
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 $1.50
per hour above the basic hourly rate at any elevation.
----------------------------------------------------------------
PAIN1176-001 01/01/2017
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1 .....................$ 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 10/01/2018
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;
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 37/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
YOLO AND YUBA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 36.81 21.51
----------------------------------------------------------------
PLAS0300-003 07/01/2018
Rates Fringes
PLASTERER
AREA 295: Alpine, Amador,
Butte, Colusa, E1 Dorado,
Glenn, Lassen, Modoc,
Nevada, Placer, Plumas,
Sacramento, Shasta,
Sierra, Siskiyou, Solano,
Sutter, Tehema, Trinity,
Yolo & Yuba Counties ........ $ 32.70 31.68
AREA 355: Marin .............$ 36.73 31.68
AREA 355: Napa & Sonoma
Counties ....................$ 32.70 31.68
----------------------------------------------------------------
PLAS0300-005 07/01/2017
Rates Fringes
CEMENT MASON/CONCRETE FINISHER ... $ 33.49 23.67
----------------------------------------------------------------
PLUM0038-002 07/01/2018
MARIN AND SONOMA COUNTIES
Rates Fringes
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 ...............$ 72.00 41.94
(2) All other work - NEW
CONSTRUCTION RATE ........... $ 72.00 41.94
PLUM0038-006 07/01/2018
MARIN & SONOMA COUNTIES
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter) ..... $ 61.20 30.17
----------------------------------------------------------------
PLUM0228-001 01/01/2019
https://www.wdol.gov/wdol/scafiiles/davisbacon/CA7.dvb?v=3 38/45
4/22/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
BUTTE, COLUSA, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHAMA, TRINITY & YUBA COUNTIES
Rates Fringes
PLUMBER ..........................$ 40.00 31.89
----------------------------------------------------------------
PLUM0343-001 01/01/2019
NAPA AND SOLANO COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER
Light Commercial ............$ 30.85 20.40
All Other Work ..............$ 51.00 38.50
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
chairs or similar devices: $.75 per hour additional.
----------------------------------------------------------------
PLUM0350-001 08/01/2018
EL DORADO COUNTY (Lake Tahoe area only); NEVADA COUNTY (Lake
Tahoe area only); AND PLACER COUNTY (Lake Tahoe area only)
Rates Fringes
PLUMBER/PIPEFITTER...............$ 42.84 13.81
----------------------------------------------------------------
PLUM0355-001 07/01/2018
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 ........... $ 27.10 16.30
----------------------------------------------------------------
PLUM0442-003 01/01/2019
AMADOR (South of San Joaquin River) and ALPINE COUNTIES
https://www.wdol.gov/wdol/scafilesidavisbacon/CA7.dvb?v=3 39145
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
Rates Fringes
PLUMBER ..........................$ 42.25 30.64
----------------------------------------------------------------
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 08/01/2018
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
Roofer ...........................$ 39.40 17.58
----------------------------------------------------------------
ROOF0081-007 08/01/2018
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 ...........................$ 36.57 18.23
----------------------------------------------------------------
SFCA0483-003 07/01/2018
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SPRINKLER FITTER (Fire
Sprinklers) ......................$ 63.87 30.62
----------------------------------------------------------------
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 07/02/2018
MARIN, NAPA, SOLANO SONOMA & TRINITY COUNTIES
Rates Fringes
Sheet Metal Worker
Mechanical Contracts
https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3
40/45
r
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
$200,000 or less ............ $ 51.87 37.19
All other work ..............$ 59.11 38.54
----------------------------------------------------------------
SHEE0104-009 07/01/2018
AMADOR, COLUSA, EL DORADO, NEVADA, PLACER, SACRAMENTO, SUTTER,
YOLO AND YUBA COUNTIES
Rates Fringes
SHEET METAL WORKER ...............$ 42.91 34.45
----------------------------------------------------------------
SHEE0104-010 07/01/2018
ALPINE COUNTY
Rates Fringes
SHEET METAL WORKER ...............$ 40.34 32.80
----------------------------------------------------------------
SHEE0104-011 07/01/2018
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) ......... $ 39.93 32.70
----------------------------------------------------------------
SHEE0104-014 07/01/2017
MARIN, NAPA, SOLANO, SONOMA AND TRINITY COUNTIES
Rates Fringes
SHEET METAL WORKER (Metal
Decking and Siding only) ......... $ 37.53 32.10
----------------------------------------------------------------
SHEE0104-019 07/01/2018
BUTTE, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU
AND TEHAMA COUNTIES
Rates Fringes
SHEET METAL WORKER
Mechanical Jobs $200,000 &
under .......................$ 32.21 32.29
Mechanical Jobs over
$200,000 ....................$ 42.91 34.43
----------------------------------------------------------------
TEAM0094-001 07/01/2018
Rates Fringes
Truck drivers:
GROUP 1 .....................$
31.68
27.86
GROUP 2 .....................$
31.98
27.86
GROUP 3 .....................$
32.28
27.86
GROUP 4 .....................$
32.63
27.86
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 41/45
4/22/2019
https:/Avww.wdol.gov/Wdol/scafiles/davisbacon/CA7.dvb?v=3
GROUP 5 .....................$ 32.98 27.86
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
GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over;
Jetting trucks, 7,000 gals. and over; Vacuum trucks under
7500 gals. Trucks towing tilt bed or flat bed pull
trailers; Lowbed heavy duty transport; Heavy duty transport
tiller person; Self- propelled street sweeper with
self-contained refuse bin; Boom truck - hydro -lift or
Swedish type extension or retracting crane; P.B. or similar
type self -loading truck; Tire repairperson; Combination
bootperson and road oiler; Dry distribution truck (A
bootperson when employed on such equipment, shall receive
the rate specified for the classification of road oil
trucks or bootperson); Ammonia nitrate distributor, driver
and mixer; Snow Go and/or plow
GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water
pulls - DW 10's, 20's, 21's and other similar equipment
when pulling Aqua/pak or water tank trailers; Helicopter
pilots (when transporting men and materials); Lowbedk Heavy
Duty Transport up to including 7 axles; DW10's, 20's, 21's
and other similar Cat type, Terra Cobra, LeTourneau Pulls,
Tournorocker, Euclid and similar type equipment when
pulling fuel and/or grease tank trailers or other
miscellaneous trailers; Vacuum Trucks 7500 gals and over
and truck repairman
GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low
bed Heavy Duty Transport over 7 axles
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 42/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
----------------------------------------------------------------
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
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:
PLUMO198-005 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
https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3 43/45
4/22/2019
https:/Iwww.wdol.gov/Wdol/scafiles/davisbacon/CA7.dvb?v=3
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.
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
https://www.wdol.govtwdol/scafiles/davisbacon/CA7.dvb?v=3 44/45
4/22/2019 https://www.wdol.gov/wdol/scafiles/davisbacon/CA7.dvb?v=3
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/CA7.dvb?v=3 45/45
Federal Labor Standards Provisions U.S. Department of Housing
and Urban Development
Office of Labor Relations
Applicability
The Project or Program to which the construction work
covered by this contract pertains is being assisted by the
United States of America and the following Federal Labor
Standards Provisions are included in this Contract
pursuant to the provisions applicable to such Federal
assistance.
A. 1. (i) Minimum Wages. 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 I(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 29 CFR
5.5(a)(1)(iv); 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
29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -
1321) shall be posted at all times 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.
(ii) (a) Any class of laborers or mechanics 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. HUD shall
approve an additional classification and wage rate and
fringe benefits therefor only when the following criteria
have been met:
(1) The work to be performed by the classification
requested is not performed by a classification in the wage
determination; and
(2) The classification is utilized in the area by the
construction industry; and
(3) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(b) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
representatives, and HUD or its designee 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 HUD or its designee to
the Administrator of the Wage and Hour Division,
Employment Standards Administration, U.S. Department of
Labor, Washington, D.C. 20210. The Administrator, or an
authorized representative, will approve, modify, or
disapprove every additional classification action within 30
days of receipt and so advise HUD or its designee or will
notify HUD or its designee within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB control number 1215-
0140.)
(c) In the event the contractor, the laborers or mechanics
to be employed in the classification or their
representatives, and HUD or its designee do not agree on
the proposed classification and wage rate (including the
amount designated for fringe benefits, where appropriate),
HUD or its designee shall refer the questions, including
the views of all interested parties and the recommendation
of HUD or its designee, to the Administrator for
determination. The Administrator, or an authorized
representative, will issue a determination within 30 days of
receipt and so advise HUD or its designee or will notify
HUD or its designee within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB Control Number
1215-0140.)
(d) The wage rate (including fringe benefits where
appropriate) determined pursuant to subparagraphs
(1)(ii)(b) or (c) of this paragraph, 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.
(iii) 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.
(iv) If the contractor does not make payments to a trustee
or other third person, the contractor may consider as part
form HUD -4010 (06/2009)
Previous editions are obsolete Page 1 of 5 ref. Handbook 1344.1
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. (Approved by the Office of Management and
Budget under OMB Control Number 1215-0140.)
2. Withholding. HUD or its designee 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, HUD or its
designee may, after written notice to the contractor,
sponsor, applicant, or owner, 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. HUD or its designee may, after
written notice to the contractor, disburse such amounts
withheld for and on account of the contractor or
subcontractor to the respective employees to whom they
are due. The Comptroller General shall make such
disbursements in the case of direct Davis -Bacon Act
contracts.
3. (i) Payrolls and basic records. Payrolls and basic
records relating thereto shall be maintained by the
contractor during the course of the work 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 fide fringe
benefits or cash equivalents thereof of the types described
in Section I(b)(2)(B) of the Davis -bacon Act), daily and
weekly number of hours worked, deductions made and (b) Each payroll submitted shall be accompanied by a
actual wages paid. Whenever the Secretary of Labor has "Statement of Compliance," signed by the contractor or
found under 29 CFR 5.5 (a)(1)(iv) that the wages of any subcontractor or his or her agent who pays or supervises
laborer or mechanic include the amount of any costs the payment of the persons employed under the contract
reasonably anticipated in providing benefits under a plan and shall certify the following:
or program described in Section I(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the
Bacon Act, the contractor shall maintain records which information required to be provided under 29 CFR 5.5
show that the commitment to provide such benefits is (a)(3)(ii), the appropriate information is being maintained
enforceable, that the plan or program is financially under 29 CFR 5.5(a)(3)(i), and that such information is
responsible, and that the plan or program has been correct and complete;
Previous editions are obsolete form HUD -4010 (06/2009)
Page 2 of 5 ref. Handbook 1344.1
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. (Approved by the Office of
Management and Budget under OMB Control Numbers
1215-0140 and 1215-0017.)
(ii) (a) The contractor shall submit weekly for each week
in which any contract work is performed a copy of all
payrolls to HUD or its designee if the agency is a party to
the contract, but if the agency is not such a party, the
contractor will submit the payrolls to the applicant
sponsor, or owner, as the case may be, for transmission to
HUD or its designee. 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
htto://www.dol.govlesalwhd/formslwh347instr.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 current address of each
covered worker, and shall provide them upon request to
HUD or its designee if the agency is a party to the
contract, but if the agency is not such a party, the
contractor will submit the payrolls to the applicant
sponsor, or owner, as the case may be, for transmission to
HUD or its designee, the contractor, 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 subparagraph 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 HUD or its designee. (Approved by the Office of
Management and Budget under OMB Control Number
1215-0149.)
(2) 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 29 CFR Part 3;
(3) 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.
(c) 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 subparagraph
A.3.(ii)(b).
(d) 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.
(iii) The contractor or subcontractor shall make the
records required under subparagraph A.3.(i) available for
inspection, copying, or transcription by authorized
representatives of HUD or its designee 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, HUD or its designee
may, after written notice to the contractor, sponsor,
applicant or owner, 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.
4. Apprentices and Trainees.
(i) Apprentices. 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.
(ii) Trainees. Except as provided in 29 CFR 5.16,
trainees will not be permitted to work at less than the
predetermined rate 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. 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
Previous editions are obsolete form HUD -4010 (06/2009)
Page 3 of 5 ref. Handbook 1344.1
the Employment and Training Administration shall be paid
not less than the applicable wage rate on the wage
determination for the 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.
(iii) Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under 29 CFR Part 5
shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as
amended, and 29 CFR Part 30.
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 will
insert in any subcontracts the clauses contained in
subparagraphs 1 through 11 in this paragraph A and such
other clauses as HUD or its designee may by appropriate
instructions require, and a copy of the applicable
prevailing wage decision, and also a clause requiring the
subcontractors to include these clauses 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 this
paragraph.
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.
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 HUD or
its designee, the U.S. Department of Labor, or the
employees or their representatives.
10. (i) Certification of Eligibility. 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) or to be
awarded HUD contracts or participate in HUD programs
pursuant to 24 CFR Part 24.
(ii) No part of this contract shall be subcontracted to any
person or firm ineligible for award of a Government
contract by virtue of Section 3(a) of the Davis -Bacon Act
or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or
participate in HUD programs pursuant to 24 CFR Part 24.
(iii) The penalty for making false statements is prescribed
in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally,
U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C.,
"Federal Housing Administration transactions", provides in
part: "Whoever, for the purpose of . . . influencing in any
way the action of such Administration..... makes, utters or
publishes any statement knowing the same to be false.....
shall be fined not more than $5,000 or imprisoned not
more than two years, or both."
11. Complaints, Proceedings, or Testimony by
Employees. No laborer or mechanic to whom the wage,
salary, or other labor standards provisions of this Contract
are applicable shall be discharged or in any other manner
discriminated against by the Contractor or any
subcontractor because such employee has filed any
complaint or instituted or caused to be instituted any
proceeding or has testified or is about to testify in any
proceeding under or relating to the labor standards
applicable under this Contract to his employer.
B. Contract Work Hours and Safety Standards Act. The
provisions of this paragraph B are applicable where the amount of the
prime contract exceeds $100,000. 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 the
individual is employed on such work to work in excess of 40 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 40 hours in such
workweek.
(2) Violation; liability for unpaid wages; liquidated
damages. In the event of any violation of the clause set
forth in subparagraph (1) of this paragraph, 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
subparagraph (1) of this paragraph, in the sum of $10 foreach
calendar day on which such individual was required or permitted to
work in excess of the standard workweek of 40 hours without payment
of the overtime wages required by the clause set forth in sub
paragraph (1) of this paragraph.
Previous editions are obsolete form HUD -4010 (06/2009)
Page 4 of 5 ref. Handbook 1344.1
(3) Withholding for unpaid wages and liquidated
damages. HUD or its designee 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 contract,
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
subparagraph (2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in
subparagraph (1) through (4) of this paragraph 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 subparagraphs (1) through (4) of this
paragraph.
C. Health and Safety. The provisions of this paragraph C are
applicable where the amount of the prime contract exceeds $100,000.
(1) No laborer or mechanic shall be required to work in
surroundings or under working conditions which are
unsanitary, hazardous, or dangerous to his health and
safety as determined under construction safety and health
standards promulgated by the Secretary of Labor by
regulation.
(2) The Contractor shall comply with all regulations
issued by the Secretary of Labor pursuant to Title 29 Part
1926 and failure to comply may result in imposition of
sanctions pursuant to the Contract Work Hours and Safety
Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC
3701 et seo.
(3) The contractor shall include the provisions of this
paragraph in every subcontract so that such provisions will
be binding on each subcontractor. The contractor shall
take such action with respect to any subcontractor as the
Secretary of Housing and Urban Development or the
Secretary of Labor shall direct as a means of enforcing
such provisions.
Previous editions are obsolete form HUD -4010 (06/2009)
Page 5 of 5 ref. Handbook 1344.1
AMU�Community Playgrounds, Inc.
V 4 200 Commercial Street
Vallejo, CA 94589
Phone: 415-892-8100 PROPOSAL
H
Fax: 415-892-3132
GR 10%
ATTACHMENT C
Job Number: 19148
Project: Pickleweed Park PE Installatic
San Rafael CA
Contact:
Phone:
Fax:
Date: 05/01/2019
Item Amount
1 Area 1
1 Install Linked Structure Equipment
2 Install Single Play Events
4 Pick-up/Offload Equipment
18,168.00
1,200.00
4,122.00
Phase Total: 10,995.00
Grand Total: 73,723.00
Notes:
See above for description and quantities of items on this proposal.
1. Prices are for INSTALLATION ONLY, unless otherwise specified in the proposal items above.
2. PLAY EQUIPMENT to be purchased by OTHERS and delivered ON-SITE for installation by Community Playgrounds,
Inc. PLAY EQUIPMENT is identified per description and quantities listed on proposal. Any variation of quantities and/ or
descriptions of materials or equipment will result in a change order. OFFLOAD BY COMMUNTIY PLAYGROUNDS.
Please call us for Playground Safety Audits and Surface Impact Testing
Proposal expires 60 days after receipt
Prepared By: BR Initial:
Phase Total: 23,490.00
2 Area 2
1 Install Linked Structure Equipment
14,464.00
2 Install Single Play Events
764.00
3 Install Swings
2,769.00
4 Pick-up/Offload Equipment
3,096.00
Phase Total: 21,093.00
3 Area 3
1 Install Linked Structure Equipment
11,052.00
3 Install Swings
2,524.00
4 Pick-up/Offload Equipment
2,069.00
Phase Total: 15,645.00
4 Inspection
5 CPSI Audit and Impact Tests(AII Areas)
2,500.00
Phase Total: 2,500.00
5 Add/Alt
6 Option to Install ADA Ramps(2 EA)
10,995.00
Phase Total: 10,995.00
Grand Total: 73,723.00
Notes:
See above for description and quantities of items on this proposal.
1. Prices are for INSTALLATION ONLY, unless otherwise specified in the proposal items above.
2. PLAY EQUIPMENT to be purchased by OTHERS and delivered ON-SITE for installation by Community Playgrounds,
Inc. PLAY EQUIPMENT is identified per description and quantities listed on proposal. Any variation of quantities and/ or
descriptions of materials or equipment will result in a change order. OFFLOAD BY COMMUNTIY PLAYGROUNDS.
Please call us for Playground Safety Audits and Surface Impact Testing
Proposal expires 60 days after receipt
Prepared By: BR Initial:
Proposal
Continued
05/01/19
Page # 2
Item Amount
TEMPORARY STORAGE BY OTHERS
3. Site preparation for surfacing is NOT INCLUDED unless otherwise specified in this proposal. Finish grades are
deemed ready and accurate by General Contractor. OWNER takes full responsibility for establishing finish elevations and
grades prior to Community Playgrounds installation of any and all play equipment and/or site furnishings. After installation,
Community Playgrounds will bring subsurface to rough grade and compaction. We are not responsible for maintaining
final compaction.
4. Scope of Work based on information provided by above date: layout per plans and/or manufacturer specs, drilling
footings for concrete, where applicable, assembly of play equipment, installation of play equipment, and pouring of
concrete footings. Dirt spoils are to be left on-site, unless otherwise specified. Change order will apply for haul -off of
spoils if required.
5. Community Playgrounds is not responsible for the security of play equipment remaining on-site after leaving jobsite.
6. Prevailing wage rates apply for public works projects, schools, cities, counties, and public entities. PLA Union wages
will result in a change order
7. Job to be completed in one mobilization. Additional moves $1500 each if Community Playgrounds is required to
remobilize to the site, due to missing customer materials, scheduling issues, stop work, or a delay in work not caused by
Community Playgrounds. See Terms and conditions.
8. Bobcat access required for drilling footing holes for concrete footings. If access is not available, a change order will
apply for manually digging the footing holes.
9. Street parking to be provided by General Contractor within proximity of construction area
SITE ADDRESS: Pickleweed Park, San Rafael, CA
Excludes: CPS] Inspection, additional required accounting software costs, Engineering, surveying, engineered footings,
engineered drawings, structural calculations, building permits and handling, special inspections, temporary construction
fencing, temporary restroom facilities, security, storage container Landscape or Hardscape repairs due to Access Issues,
material delivery or offload.
Q0-P4eI
V'0
Acceptance: I agree to the terms and conditions outlined onAttachment "A" and cost breakdown on
attached Proposal. I am duly authorized by the project owner to approve and accept this proposal as stated.
Monetary compensation to Community Playgrounds, Inc. for completed work is the responsibility of the owner and
payment is due upon completion of project. Should there be any discrepancies with the work, owner shall pay for
completed work and hold only 5% retention for resolution of any disputed items until matters are resolved. This is
a lump sum contract.
Thank you for contracting with Community Playgrounds, Inc. If you have any questions or need additional
information please call (415) 892-8100.
Contract Amount: Date:
Down Payment Amount: 0.00
Project Name: Pickleweed Park PE Installation
Owner:
Accepted By:
Printed Name
& Title:
Billing Address,
Phone#:
Fax#:
Email:
PO#(if req'd):
Site Address:
Contractor: Community Playgrounds, Inc.
By:
Printed Name: BR
Address:
Phone#:
Fax#:
CA License:
200 Commercial Street
Vallejo, CA 94589
415.892.8100
415-892-3132
362950 Class -A C61/D34
Thank you for contracting with Community Playgrounds, Inc.
qrG R ov�oh
Attachment "A" General Notes & Conditions
Installation Excludes (unless otherwise noted):
.Engineering . Permits .Concrete Sawing .Core Drilling
.Erosion Control .Resilient Surfacing .Safety Audit After Play Equipment Installation .Bonding
.Repairs. Security Patrol .Surveying. Grading & Drainage Site Work
. Removal or disposal of rubber tires or any other materials deemed toxic waste
.State or federal Prevailing wage rates unless stated on proposal page.
Warranty of play equipment is provided by the manufacturer
If any of the following are encountered, additional charges will be required as a Change Order:
Digging in rock, hard rock, or unstable soils;
Existing ground cover materials interfering with installation;
Undisclosed underground utilitylines;
Customer requirement to work over time 10 hours per day (8 hours on public works projects) or 40 hours per week;
For install ONLY proposals, handling charges are not included. If equipment is delivered to Community Playgrounds,
additional charges will be required in the form of a Change Order.
Any work done by Community Playgrounds to play equipment at the request of the client for repairs or
replacement of damaged or missing components may NOT affect any existing status of the play structure's
compliance with current safety and ADA standards. A certified playground safety inspection (CPSI) is
recommended to ensure compliance.
Customer Responsibilies:
Client or General is responsible for notifying Underground Service Alert, Phone #(800)-227-2600 (A minimum of 48
hours prior to start of work);
By signing the enclosed proposal, the customer acknowledges resonsibilities noted on this document;
In the event that any bid items are deleted from the proposal, Community Playgrounds, Inc. must re -bid the project
to reflect the new scope of work. The remaining bid items may increase in price due to additional move -on costs;
In the event of a dispute or change on the original proposal scope, immediate notification to Community Playgrounds,
Inc. is required. Community Playgrounds, Inc has a maximum of 24-hour response time to assess any dispute or
change;
Unless otherwise noted, a deposit for 50% of new play equipment cost is required prior to the start of work;
Equipment furnished by Community Playgrounds requires a minimum 50% deposit at time of order. No order will be
processed until deposit terms are met;
If waiver of subrogation on labor is required, an additional $150 will apply;
Payment is due net 30 upon completion of project. Should there be any discrepancies with the work, customer may hold
5% retention until matters are resolved.
Initial:
By accepting this contract, the Owner or Client agrees to the following conditions set forth by the Contractor
(Community Playgrounds, Inc.) in addition to the conditions outlined in "Attachment A".
1. CONTRACT DOCUMENTS. This Agreement, the plans and specifications for the "Project" to which the Proposal,
the Prime Contract for the Project to the extent it is required to be made part of Contractor's agreement with Client, and any other
documents made part of the contract between Client and Contractor.
The Contract Documents and any written amendments from time to time executed constitute the entire agreement of
Contractor and Client with respect to the "Work" described in the Proposal.
The Contract Documents supersede all prior agreements and representations made by Contractor.
2. TIME. Time is of the essence in this Agreement. Contractor agrees to punctually and diligently perform all parts of its Work,
at the time scheduled by the Client (the "Progess Schedule").
The Progress Schedule shall be subject to change by the Contractor as deemed necessary or convenient to the overall progress
of the Project.
3. SITE CONDITIONS. Client's acknowledges that before commencement by Contractor of Work under a Proposal constitutes
a representation that it is fully familiar with all of the terms of the Contract Documents,
has thoroughly examined the site of the Work, has ascertained for itself the conditions to be encountered
and under which its Work will be performed, and has determined that no conditions exist that would in any way affect the progress
or performance of the Work,or affect the covenants, representations, warranties, and obligations of Contractor under
the Contract Documents.
If Contractor determines Site Conditions are not up to standards to deliver work outlined in Proposal,
an additional charge will apply to complete work outlined in the Proposal. If work is placed on hold because of Site Conditions,
Client will issue Progress Payment to Contractor for all work performed to date.
If Contract Document is cancelled by Client due to site conditions or any other reason,
Client is to compensate Contractor for full value of Contract,
unless written direction has been given by Contractor for a reduction in value.
4. DAMAGES CAUSED BY DELAYS. No claim for additional compensation or damages for delays,
whether caused in whole or in part by any conduct on the part of Contractor, including, but not limited to,
conduct amounting to a breach of the Agreement or Proposal, or delays by other Clients, subcontractors,
the Project owner ("Owner"), or any other person or entity shall be recoverable from Contractor.
5. CHANGES IN THE WORK. Client shall make no changes in the Work to be performed under the Contract Documents,
whether by way of deduction, addition, or substitution, and shall not be entitled to additional Work, unless prior to such change,
it has received written direction from Contractor to proceed with such change
(all such changes shall be and are denoted "Change Orders").
Initials
Community Playgrounds Inc.
..Over 13,000 playgrounds successfully completed"
O�
gyGROV� 200 Commercial Street o Vallejo, CA 94589 o Phone (415) 892-8100 o Fax (415) 892-3132
www.communityplaygrounds.com o info@commplay.us
Date: 05/07/2019
To: Attn: Theo Sanchez
RECEIVED
City of San Rafael
111 Morphew St
MAY 2 0 2 oil
San Rafael, California 94901
PUBLIC WORKS DEPT.
Project: Pickleweed Park
CITY OFSAN RAFALI
Re: Bond Documents
Dear Theo:
Please find enclosed our performance and payment bonds. Please sign and return one copy.
Thank you in advance.
Please feel free to contact our office should you have any questions or need further assistance.
Regards,
Chris Juram
Estimator / Stant Project Manager
THE FINAL PREMIUM IS
PREDICATED ON THE
FINAL CONTRACT AMOUNT
Performance Bond
CONTRACTOR:
Community Playgrounds, Inc.
200 Commercial Street
Vallejo, CA 94589
OWNER:
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
CONSTRUCTION CONTRACT
Date: 05/06/2019
Bond Number: 0729823
Premium: $1,106.00
SURETY:
Allegheny Casualty Company
2400 E. Katella Ave., Suite 250
Anaheim, CA 92806
Amount: $73,723.00 Seventy Three Thousand Seven Hundred Twenty Three And
00/100 Dollars
Description:
Pickleweed Park Playground Replacement
Job/Contract No.:
BOND
Date: 05/06/2019
(Not ember than Construction Contract Date)
This document has important
legal consequences. Consultation
with an attorney is encouraged
with respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
This document combines two
separate bonds, a Performance
Bond and a Payment Bond, into
one form. This is not a single
combined Performance and
Payment Bond.
Amount: $73,723.00 Seventy Three Thousand Seven Hundred Twenty Three And 00/100 Dollars
Modifications to this Bond: © None ❑ See Section 16
CONTRACTOR AS P IPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Community Pl. • s, Inc. Allegheny , su, lty Company
Signatures Signature
Name Co ti.. >✓ti P-- Name Shaunna Rozelle Ostrom
And Title: and and Title: Attorney -in -Fact
(Ari, additiorna sigrnalues appe�f i ar the last page of this Pe�foi-wance Bond.)
(FOR INFOi I LzITION ONLY— Name, address and telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE:
Commercial Surety Bond Agency (Architect, Engineer or other•par7), .)
1411 N. Batavia St., Suite 201
Orange, CA 92867, (714) 516-1232
By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers
(NASBP) (www.nasbp.ors) makes this form document available to its members, affiliates, and associates in
t Microsoft Word format for use in the regular course of surety business. NASBP vouches that the original text of
this document conforms exactly to the text in AIA Document A312-2010, Performance Bond and Payment
Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of
its wording and consultation with an attorney are encouraged before its completion, execution or acceptance.
S 1 The Contractor and 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.
S 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when
applicable to participate in a conference as provided in Section 3.
§ 3 if there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after
.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.
Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the
Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt
of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the
Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the
Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a
reasonable 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;
.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and
.3 The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to
the Surety or to a contractor selected to perform the Construction Contract.
§ 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a
condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual
prejudice.
S 5 when the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following
actions:
S 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract;
§ 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors;
§ 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of
the Construction Contract, arrange fora contract to be prepared for execution by the Owner and a 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 Section 7 in excess of the Balance of the Contract Price
incurred by the Owner as a result of the Contractor Default; or
§ 5.4 kV,,uve 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 maybe liable to the Owner and, as soon as practicable after the amount is
determined, make payment to the Owner; or
.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial.
G If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond
seven 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 Section 5.4, and
the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to
enforce any remedy available to the Owner.
S 7 if the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of
the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is
obligated, without duplication, for
.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;
.2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or
failure to act of the Surety under Section 5; and
.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed
performance or non-performance of the Contractor.
By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers
(NASBP) (www.nasbp.ors) makes this form document available to its members, affiliates, and associates in
c Microsoft Word format for use in the regular course of surety business. NASBP vouches that the original text of
this document conforms exactly to the text in AIA Document A312-2010, Performance Bond and Payment
Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of
its wording and consultation with an attorney are encouraged before its completion, execution or acceptance.
§ 8 if the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond.
S 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction 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 or its heirs, executors, administrators, successors and assigns.
S 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts,
purchase orders and other obligations.
11 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 a declaration of 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
occurs first. If the provisions of this Paragraph are void or prohibited by lav, the minimum period of limitation available to sureties as a
defense in the jurisdiction of the suit shall be applicable.
S 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their
signature appears.
S 13 -kVhen this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to
be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted therefrom and
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that
this Bond shall be construed as a statutory bond and not as a common law bond.
14 Definitions
14.1 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 Contractor 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, reduced by all valid and proper payments made to or
on behalf of the Contractor under the Construction Contract.
§ 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract
Documents and changes made to the agreement and the Contract Documents.
S 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a
material term of the Construction Contract.
§ 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the
Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract.
§ 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor.
§ 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be
Subcontractor and the term Owner shall be deemed to be Contractor.
§ 16 h\lodifications to this bond are as follows:
By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers
(NASBP) (www.nasbp.or) makes this form document available to its members, affiliates, and associates in
c Microsoft Word format for use in the regular course of surety business. NASBP vouches that the original text of
this document conforms exactly to the text in AIA Document A312-2010, Performance Bond and Payment
Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of
its wording and consultation with an attorney are encouraged before its completion, execution or acceptance.
(Space is provided below foo• additional signatures of added pa7ies, other that those appeaing on the coverpage.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Co�pomte Seal)
Signature:
Name and Title:
Address:
Signature:
Name and Title:
Address:
By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers
(NASBP) (www.nasbp.or) makes this form document available to its members, affiliates, and associates in
t Microsoft Word format for use in the regular course of surety business. NASBP vouches that the original text of
this document conforms exactly to the text in AIA Document A312.2010, Performance Bond and Payment
Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of
its wording and consultation with an attorney are encouraged before its completion, execution or acceptance.
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 Orange
On 5/6/2019 before me, Melissa Ann Vaccaro, Notary Public
(insert name and title of the officer)
personally appeared Shaunna Rozelle Ostrom
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.
It
WITNESS my hand and official seal. MELISSA ANA VACCARO
; r.' `'J� COMM. #2241394
=p:': t o
Notary Pubiic-California u)
`}`''�" ORANGE COUNTY IL
m. Expires May 7.', 2022
(Seal)
Signature` -
Melissa Ann Vaccaro
POWER OF ATTORNEY
INTERNATIONAL FIDELITY INSURANCE COMPANY
ALLEGHENY CASUALTY COMPANY
One Newark Center, 201h Floor, Newark, New Jersey 07102-5207 PHONE: (973) 624-7200
Bond No. 0729823
KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the
laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New
Jersey, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint
DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM
Orange, CA
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and u ndertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statu te, rule, regulation, contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY
INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly
executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE
COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY ata meeting duly held on the 20th day of July, 2010 and by the Board of
Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 10th day of July, 2015
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Vice President, or Secretary of the Corporation sh all have the
power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers
of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recogni zances, contracts of
indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the
appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute wai vers and consents on
behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power
of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other wri tten obligation in the nature
thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the
original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as
though manually affixed."
IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and
ALLEGHENY CASUALTY COMPANY have each executed and attested these presents
on this 31st day of December, 2018
�
TY � opsu 4o-
��O �Sljp STATE OF NEW JERSEY r: C,
County of Essex
seal. 1936
b4_19134
���o Kenneth Chapman * H�vJERs�
Executive Vice President, International Fidelity Insurance Company and
Allegheny Casualty Company
On this 31 st day of December, 2018 , before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and
of ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate
Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
New Jersey the day and year first above written.
&0 %pTApp
S US
o
jEpSti�% Shirelle A.Outley a Notary Public of New Jersey
" 11"`` CERTIFICATION My Commission Expires April 4, 2023
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I
have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in
said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole
of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, May 6th, 2019
A00835
a T -,
Irene Martins, Assistant Secretary
RAFq�!
A
2
o
C,TY WITH p �`yy
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: DPW
Project Manager: Theo Sanchez
Extension: 5326 _
Project Name: Pickleweed Park Playground Structures Upgrade
Contractor's Contact: Clayton Cowperthwait �[a�r�+► __-._
Contact's Email: Clayton@commglay.us J
STEP DEPARTMENT I DESCRIPTION COMPLETED DATE I REVIEWER (Initials)
a. Email PINS Introductory Notice to Contractor
4/22/2019
THS
b. Email Contract (in Word) & attachments to City Attorney c/o
I
Project Manager
Laraine. Gittens0cityofsanrafael.org
4/22/2019
THS
a. Review, revise and comment on draft agreement and return to Project
Manager
4/23/2019
LG
b. Confirm insurance requirements, create Job on PINS, send PINS
2
City Attorney
insurance notice to contractor.
4/23/2019
LG
Approval of final agreement form to send to contractor. (Provide Dept.
3
Department Director
Director Financial Sununaty ud Agreement)
4/24/2019
BG
Forward three (3) originals of final agreement to contractor for their
y
4
Project Manager
signature.
5/2/2019
THS
When necessary, contractor -signed agreement agendized for Council
approval
City Council approval required Jin• Professional Services• Agreements and
Purchases ofgooch and services that exceed 575, 000 and for Public {Yorks
5
Project Manager
Contracts that exceed 5175,000 (Enter date of Co ncil Mceting)
5/2/2019
THS
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
Forward signed original agreement to City Attorney with printed copy of
6
Project Manager
this routing form
5/20/2019
THS
7
City Attorney
Review and approve hard copy of signed agreement
-5-,Z'S f 4
Review and approve insurance in PINS, and bonds (for public works
S
City Attorney
contracts)
SA31l/ Q
City_
(C� ty
9
ManagerlMayor
Agreement executed by Council authorized official
Attest signatures, retains original agreement and forwards copies to project
n 8 I
10
City Clerk
manager
5-12
.
11
Project Manager
Forward Final Copy to Contractor