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 Fencing ProjectCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Avenue
San Rafael, CA 94901
Public Works Contract for Projects up to $175,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
All Steel Fence, Inc. ("Contractor"), a corporation authorized to do business in California, for work on the
City's Pickleweed Park Playground Fencing Project ("Project"), and is effective on 1 3b 2020
("Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This
Project requires a valid California contractor's license for the following classification(s): C-13
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Contract;
2.2 Addenda, if any;
2.3 Exhibit A — Scope of Work;
2.4 Exhibit B — Additional Requirements for Davis -Bacon Compliance;
2.5 Exhibit C — Davis -Bacon Wage Determination CA20200007 1/03/2020;
2.6 Exhibit D — HUD Form 4010;
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract, City will pay
Contractor $19,822.00 (the "Contract Price") for all of Contractor's direct and indirect costs to perform
the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead
costs, in accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 3 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract and submit the bonds with the executed Contract. Each bond must be issued by a surety
admitted in California. If an issuing surety cancels a bond or becomes insolvent, Contractor must provide
a substitute bond from a surety acceptable to City within seven days after written notice from City. If
Contractor fails to substitute an acceptable surety within the specified time, City may, in its sole discretion
and without prior notice to Contractor, purchase such bond(s) at Contractor's expense and deduct the
cost from payments otherwise due to Contractor, or terminate the Contract.
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project M 11327 Page 1
Approved by City Attomey, dated 10/16/2019
4. Time for Completion. Contractor will fully complete the Work within 15 days from the date the
City authorizes Contractor to proceed with the Work ("Contract Time"). The 15 days consists of the time
it takes to fully install the fence and does not include procurement of material.
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses,
and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation)
(collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions
with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or
willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount
or type of damages or compensation payable under Workers' Compensation or other employee benefit
acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract.
City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https://www.Pinsadvantage.com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $2,000,000 combined single limit per accident for bodily injury,
death, or property damage.
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 2
Approved by City Attomey, dated 10/16/2019
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for
all liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.1 a Davis -Bacon Act. Contractor will pay wages to laborers and mechanics, not less than
once a week, and at a rate not less than the current federal prevailing wages specified in the Davis -Bacon
Act Wage Determination attached hereto and incorporated herein. By entering into this Contract,
Contractor accepts the attached Wage Determination included as Exhibit C. The Contractor shall comply
with all federal requirements for Davis -Bacon prevailing wage rates and pay the higher of the two rates
(i.e. Federal vs. State prevailing wages).
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 3
Approved by City Attorney, dated 10/16/2019
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 4
Approved by City Attorney, dated 10/16/2019
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 5
Approved by City Attorney, dated 10/16/2019
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip: San Rafael, CA 94901
Phone: 415.458.5326
Attn: Theo Sanchez, Associate Civil Engineer
Email: Theo.Sanchez(@CityofSanRafael.org
Contractor:
Name:
All Steel Fence, Inc.
Address:
146 KILO Road
City/State/Zip:
Lathrop, CA 95330
Phone:
209.983.8409
Attn:
Denise Cornell
Email:
gotfence(cDallsteelfenceinc.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 6
Approved by City Attorney, dated 10/16/2019
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 7
Approved by City Attomey, dated 10/16/2019
The parties agree to this Contract as witnessed by the signatures below:
CITY -
s/
Jim Schutz, City Manager
Date:/ —3,o —U Z d
Attest:
s
Lindsay Lara, City Clerk
Date: % 1301 20'2.0
Approd as to form:
s/ CJs I
1,-sA A . G IaT121 en
]rye f2obert F. Epstein, City Attorney
�J_ "Date:! 27 1�
CONTRACTOR:
Business Name
s/ Seal:
bcn, 1,2(c, Zyn'd I Nall <xextl"r
Name/Title j
Date: I � I �O
s/
Name/Title
Date: ( I '�;( [W 2.0
91o519- Pwe 5131 1?ZZI
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhibit B: Davis -Bacon Compliance
Exhibit C: Davis -Bacon Wage Decision CA20190007
Exhibit D: HUD Form 4010
END OF CONTRACT
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Page 8
Approved by City Attorney, dated 10/16/2019
Exhibit A
SCOPE OF WORK
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Scope of Work
Approved by City Attorney, dated <insert date>
ALL9TEELPENGE ALL STEEL FENCE, INC. - License No. 710512
°°° :�°'_"'• P. O. Box 1309, Lathrop, CA 95330
(800) 752-3282 -- (209) 983-8409 -- FAX: (209) 982-4325
*Submitted by: All Steel Fence, Inc. (209) 983-8409 Date: July 15, 2019
BID PROPOSAL
City of San Rafael - Dent. of Public Works Phone No. (415) 458-5326
Attn: Theo Sanchez Fax/Email: theo.sanchez(aD-cityofsanrafael.org
111 Morphew Street Project: Pickleweed Playground Fencing Project
San Rafael, CA, 94901 50 Canal St. San Rafael, CA.
The following addendums are acknowledged: NONE RECEIVED
'Registered as a public works contractor with the Dept. of Industrial Relations - Rea. # 1000000047 (Exp. Date: 6/30/20221
'All Steel Fence, Inc. is a State of California, Certified Small Business - Certification #20325
*All Steel Fence, Inc. Is a San Francisco Public Utilities Commission Certified PUC LBE/Micro LBE - Cert. #CMD071915033
SCOPE OF WORK:
■ Provide and install 530 LF of 4 high 9 -gauge core, (with 8 -gauge finish), black bonded PVC coated chain link
fence on black PVC coated posts and framework.
Provide and install two 4' wide x 4' high 9 -gauge core, (with 8 -gauge finish), black bonded PVC coated chain link
single swing gate systems on black PVC coated posts and framework with standard hardware.
Provide and install one 12' wide x 4' high 9 -gauge core, (with 8 -gauge finish), black bonded PVC coated chain link
double swing gate system on black PVC coated posts and framework with standard hardware.
■ 1 5/8" OD SS40 top rail and box brace with 3/8" truss rod
• 1 7/8" OD SS40 gate frames
• 2 3/8" OD SS40 line posts
2 7/8" OD SS40 corner posts, end posts and gate posts for the 4' wide gate
■ 4" OD SS40 gate posts for the 12' wide gate
7 -gauge coil spring bottom tension wire.
■ Fence posts to be set 10" round x 3' deep in concrete
Gate posts to be set 12" round x T deep in concrete
NOTE: All dirt/spoils from post holes to remain on site.
NOTE: See additional exclusions below and/or on subsequent pages of this Proposal.
"SEE BID EXPIRATION SECTION BELOW OR ON SUBSEQUENT PAGES OF THIS PROPOSAL.
$19,822.00
Mobilizations (Move -ins):
The price on this proposal includes up to ONE (1) mobilization(s) (move-in(s)) total for all work. If additional mobilizations (move -ins) are
performed for this project there will be additional charges as follows: ("These mobilization charges must be included on any contract or
purchase order issued for this project to All Steel Fence, Inc.) In addition, if there are multiple bid items on this proposal and all bid items
are not awarded to All Steel Fence, Inc., the number of mobilizations (move -ins) included on this bid proposal will change accordingly):
$1,350.00 per additional mobilization.
Bonds:
If All Steel Fence, Inc. will be required to provide paymentiperformance/maintenance or other bonds for the above work,lead se add
2.5% to the total bid amount for the bond costs. If bonds are required by Prime Contractor, all bond costs must be paid by the
Prime Contractor or Owner directly to our bonding agent within 30 days of receipt of invoice. Bonds must be requested at time of award
of subcontract or purchase order. Subcontractor does not guarantee that bonds will be able to be issued for the full value of the
Subcontract. Any bonds are subject to standard bonding company approval and All Steel Fence, Inc.'s available bonding limits at time
of Subcontract award.
ADD 2.5% (if required)
EXCLUSIONS & CLARIFICATIONS:
■
All Items of work contained on this bid proposal are bid to be performed as a packane and bid Items/scope of work
cannot be split without approval from an authorized anent of All Steel Fence, Inc.
• NOTE: Any and all required concrete curbs, mow bandsimow curbs, grade beams, concrete barriers, concrete wails or
retaining walls, sidewalks, aprons, concrete for ground tracks, or any other required concrete flatwork to be provided and
installed by Prime Contractor or Others.
• NOTE: Any required delegated design, Structural Performance Design, Delegated Design Submittals, Structural Performance
Submittals, As-Buills, Engineering, Calculations, stamped -Certified Designs, and all other related items to be provided and
paid for by Prime Contractor or Others (not by All Steel Fence, Inc.).
• NOTE: Due to the current volatility in the steel market, All Steel Fence, Inc. will require payment for stored materials from
either the Owner or the Prime Contractor with stored materials payment to be made within 30 days of receipt of
Subcontractor's invoice. For any special order materials, a down payment (deposit) may be required prior to ordering of
materials.
• NOTE: Prime Contractor shall make sure site is properly graded prior to fence and gate installation.
Continued on page 2:
(Page 1 of 4
(*#)
ALL STEEL FENCE, INC. — license No. 710512
P. O. Box 1309, Lathrop, CA 95330
(800) 752-3282 -- (209) 983-8409 -- FAX: (209) 982-4325
Re: Plckleweed Playground Fencing Project
July 15, 2019
Page 2
EXCLUSIONS & CLARIFICATIONS — (Continued):
• NOTE: Prime Contractor shall make sure site is properly surveyed and all comer post, end post and gate post locations
marked prior to fence and gate installation.
e NOTE: Prime Contractor shall make sure all private underground items are properly marked prior to fence and gate
installation (Subcontractor will contact Underground Service Alert only).
• NOTE: This price does not include any costs for night work, overtime, premium time, or special shift work. All Work to be
performed Monday through Friday during normal business hours. If night work, overtime, premium time, or special shift work
is required, there will be additional costs added to this proposal.
• NOTE: If All Steel Fence, Inc.'s work involves removal, modification or Installation of items on bridges, overpasses, or other
raised structures, all protective covers, supports, screening, traffic control, debris containment systems, and related items shall
be provided, installed, removed and paid for by Prime Contractor or others. All protective cover plans, details, and submittals
shall be provided and paid for by Prime Contractor or Others.
o NOTE: Core drilling for post holes, all cans and post pockets and installation, clean-out, and removal of all cans/post pockets
for all fences, railings or other barriers (if required) shall be provided, installed, removed, and cleaned out by others.
• NOTE: All U -bolt materials and setting/embedment of U -bolts for the any fences, railings or other barriers installed on
concrete barriers (if required) shall be provided and installed by others.
• NOTE: All rebar and other materials required to be set in concrete wall, concrete barriers or other barriers (if required) shall be
provided and Installed by others.
• NOTE: Concrete mow bands (if required) and other concrete flatwork to be provided and installed by others.
• NOTE: Grounding and/or bonding of fence and gates (if required) to be provided and installed by others.
• Please see all exclusions listed below and/or on subsequent pages of this proposal.
STANDARD EXCLUSIONS (AS INDICATED):
® Buy America/Buy American Material Requirements; ® lighting required for night work; ® safety railing or safety cabling (for all bridge, overpass,
or other raised structure work - Prime Contractor needs to provide safety railing or safety cable for workers to attach safety equipment to.) ® Surveying;
® staking; ® clearing/grubbing and tdmminglpruning of existing trees/vegetation; ® back filling; ® grading; ® compacting; ® care drilling; ® off -
haul of dirdspoils and related materials; ® Hazardous Materials Abatement, Handling, Removal, or related work. In addition, all HAZWOPR training (if
required) to be provided and paid for by Prime Contractor or Owner; ® dust control; ® any and all dewatering of site; ® All alarms or sensors on
fences or gates and related items by others; ® Any required site security including securing site at end of each day and/or temporary fence or other
security measure required to secure site after fence removal; ® special training of employees (unless specifically included in scope of work section of
this proposal); ® monitoring of air, soil or other Items for lead, hazardous waste, or any other chemical or substance (including related costs & fees);
® removal and clean up of any lead, hazardous waste, chemicals, or other contaminants or substances from the project site; ® notification of property
owners, tenants, or others ® painting; ® removal, off -haul and disposal of existing fences and gates; ® exclude furnishing of cans and post pocket
materials — exclude installation, removal and clean-out cans and post pockets; ® rebar or other materials required to be set in concrete wall, concrete
barriers or other barriers (if required); ® grounding and/or bonding of fence and/or gates (if required); ® all traffic control; ® for items to be flanged, we
exclude x-raying and locating of in -slab or in -wall items; ID any and all pollution control plans, dust control plans, stone water pollution plans, asbestos
abatement plans, lead compliance plans, environmental or hazardous waste plans, soil and groundwater management plans, debris containment plans,
animal, fish, mammal, migratory bird or other species plans, and any other project specific plans; ® Any required biologists, biological or environmental
services, field observations, notifications, samplings, laboratory tests, documentation and reports, permits and any related; ® engineering, design
calculations, stamped/certified designs, and any other engineering and engineering costs and fees (if needed); ® Any required As -Built Drawings and
details or any required project close-out drawings; ® Drawings In CADD format or formats that require special software; ® Temporary Fences and/or
Gates; ® silt fencing, ESA fence, or other environmental or erosion control fences; ® Gate automation equipment and accessories; ® Electricity,
conduit, and/or communication lines to all gate operator equipment and accessories; ® pot holing for underground lines/pipes; ® other. Private
NOTE: The scope of work listed above, and all exclusions contained In this proposal must be Included in any contract/subcontract
agreement issued to All Steel Fence or a copy of this proposal must be attached as an exhibit to the contract/subcontract.
(Page 2of4
ALL9TEELFENtE ALL STEEL FENCE, INC. - License No. 710512
P. 0. Box 1309, Lathrop, CA 95330
(800) 752-3282 -- (209) 9B3-8409 -- FAX: (209) 982-4325
We have been receiving notices from several Prime Contractors who are automating their payment systems for their convenience and with these
automated payment processes they are planning to use credit cards or other electronic means for payment (or they are utilizing Textura or other
payment/billing systems). Typically, credit card payments, other EFT transactions, and payments processed through Texture (and other systems) incur
processing fees charged by the credit card companies or the payment processing entity. There is also added administrative costs for using such
systems. Since not all Prime Contractors are using credit cards (or the Textura and related systems) as a method of payment, we are not automatically
adding this type of cost to our bid proposals so that we may keep our bids as competitive as possible. —This will clarify that any Prime Contractors
ADD 3.50/6 TO BID PRiCE (IF APPLICABLE)
**BID EXPIRATION — PLEASE REVIEW": We have been advised by our suppliers that at the present time there is
extreme volatility in the steel market and prices are fluctuating on a weekly and/or daily basis. The price on this proposal
is good through 8/5/2019 ONLY and pricing is subject to change after this date. In order to lock in the bid price on this
bid proposal you must issue a Subcontract or Purchase order (or sign and return our bid proposal form) prior to the
expiration date above. In addition, due to the current volatility in the steel market, we will require the Owner, Prime
Contractor, or recipient of this bid proposal to pay for stored materials (and the Prime Contractor (or recipient of this bid
proposal) must pay for stored materials even if the Owner declines to pay). Any contract or purchase order (or Letter of
Intent) issued to All Steel Fence, Inc. must contain language that the Owner, Prime Contractor (or recipient of this bid
proposal) agrees to pay for stored materials. If the expiration date has passed, please call our office to confirm if the price
of your bid proposal has changed. Thank you for your understanding and if you have any questions, please give us a call.
INSURANCE CLARIFICATION:
This will clarity that All Steel Fence, Inc. has included our standard insurance policies and limits for work on this project:[
1. General Liability Insurance: $1 Million/$2 Million limits with the following standard endorsements (if needed): Primary Language, Waiver of
Subrogation; Per Project Aggregate, and Additional Insured Endorsement;
2. Auto Liability Insurance: $1 Million limits with standard additional endorsement (if needed);
3. Workers Compensation Insurance: $1 Million limits and waiver of subrogation endorsement (if needed);
4. Umbrella Liability Insurance: $5 Million limits (to follow form).
5. Only the above insurance policies are included with our bid proposal and any other types of insurance policies or higher limits are not included
with our bid and would be an additional charge with costs to be paid by Customer prior to All Steel Fence, Inc. obtaining any *other" coverage
or "higher limits".
6. All Steel Fence, Inc. does NOT cant' Pollution Liability Insurance. All pollution liability insurance to be provided and paid for by Others.
7. All Steel Fence, Inc. does NOT carry Professional Liability (design -build and Errors & Omissions insurance). All Professional Liability
Insurance to be provided and paid for by Others.
8. if portions of All Steel Fence, Inc.'s work is within 50 LF of any railroad or railway right of way, this will clarify that All Steel Fence, Inc. has
Included a standard railroad endorsement to be added to our current General Liability Insurance with limits of $1 Mi1lionl$2 Million. All Steel
Fence, Inc. has NOT included any Railroad Protective Liability Insurance policies, or any insurance liability limits higher than $5 Million. If All
Steel Fence, Inc, is required to provide a separate railroad protective liability policy for this project (OR higher limits of insurance that may be
required by the railroad), there will be additional costs to be added to our bid proposal with costs to be paid by Prime Contractor, Owner or
Others.
SUBMITTAL CLARIFICATION:
• This will clarify that All Steel Fence, Inc. will supply our standard submittal information and standard shop drawings for this project.
• Any required engineering, design calculations, slampedlcertified designs, or other required engineering or design will need to be provided and
paid for by Prime Contractor or Others.
• Any required as -built drawings, special project close-out drawings, or related items will need to be provided and paid for by Prime Contractor
or others.
TRADE ASSOCIATIONS, CERTIFICATIONS & LABOR AFFILIATIONS: All Steel Fence Is signatory to the Northern California Laborers
Union Local 1130 and the Southern California Laborers Local 220. All Steel Fence, Inc. holds the following certifications: State of California
Certified Small Business (certification # 20325 — exp. 9/30/2019); San Francisco Public utilities Commission (PUC) Regional Local Business Enterprise
and PUC Micro Local Business Enterprise (Certification # CMD071915033 — exp. 7/3112019). All Steel Fence, Inc. is a registered public works
contractor with the Division of Industrial Relations — Registration M 1000000047 — exp. 6/3012022. In addition, All Steel Fence Is a member of the Mid -
Cal Better Business Bureau, California Fence Contractor's Association, American Fence Association, Sacramento Builders Exchange, Valley Builders
Exchange and Builder's Exchange of Stockton.
mutually agreed to between the parties before All Steel Fence. Inc. will proceed. All material is guaranteed to be as specified. All work to be
completed in a professional manner according to standard practices. All Steel Fence is not responsible for determining legal property lines, boundaries,
and/or easements of customer's property. If a permit is required, all permits are to be obtained by customer and all permit fees are to be paid by
customer (unless otherwise noted above). Jobs cannot be ordered, and material prices locked in until customer has completed and signed the
acceptance of proposal and returned to our office. In addition, if customer fails to make payment in full to All Steel Fence, Inc., for all completed work
and materials provided to customer, and customer has not given written notice to All Steel Fence regarding the reason for non-payment, customer
agrees that All Steel Fence shall retain ownership of all materials Installed and/or provided to customer until they have been paid for In their entirety by
customer. All Steel Fence, Inc. shall have the right to remove any materials not paid for within 20 days of written request for payment and customer has
no legal entitlement or ownership of any materials provided or installed on customer's property until said materials have been paid for in full by customer.
(Page 3 of 4
(�t�
ALL STEEL FENCE, INC. — License No. 710512
P. O. Box 1309, Lathrop, CA 95330
(800) 752-3282 -- (209) 983-8409 -- FAX: (209) 982-4325
ORDER CANCELLATION POLICY: By signing any page of this acceptance of proposal, customer Is authorizing All Steel Fence to proceed with
ordering of materials for this project. If this order is cancelled by customer after materials have been ordered by All Steel Fence, customer agrees to pay
all charges for materials that cannot be returned to the supplier or manufacturer. Customer also agrees to pay All Steel Fence a material handling fee In
addition to all restocking charges Incurred by All Steel Fence.
PAYMENT TERMS: All amounts are due and payable within 30 days of receipt of invoice (or as listed in a mutually agreeable
contract/subcontract agreement). Payments should be mailed to- All Steel Fence, Inc., P. 0. Box 1309, Lathrop, CA 95330.
SERVICE CHARGES: There will be a 1.5% per month (18% per annum) service charge on all outstanding balances that are 30 days or more
past due (unless otherwise agreed to in a mutually agreeable contract/subcontract agreement).
UNDERGROUND UTILITIES: All Steel Fence is not responsible for costs or labor to repair or replace any underground utilities, sprinklers, or
other pipes that are not property marked by Underground Service Alert, Owner, Prime Contractor, or Owner or Prime Contractor's Agents.
EXTRA WORK: Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will
become an extra charge over and above this estimate. If job site conditions, accessibility, or job Layout changes or deviates from the attached drawing,
there may be additional charges over and above this estimate.
PROPOSAL PRICE: $19.822.00 Nineteen thousand eight hundred twenty two and 00 100 NOTE: if
paymentiperformance bonds are required to be provided by All Steel Fence, Inc. for the work, please add 2.5% to the total b/d
amount. See also mobilization costs.
ACCEPTANCE OF PROPOSAL: The prices, specifications and conditions on all pages of this proposal are satisfactory and are
hereby accepted. By signing below, I understand that All Steel Fence, Inc. is not responsible for costs, repair or replacement of any
existing underground utilities, sprinklers, or other utilities. All Steel Fence, Inc. is authorized to do the work as specified on all pages of
this proposal. I have read the proposal conditions in their entirety and have reviewed the attached project layout and agree to all
conditions set forth on all pages of this proposal.
Date: Date: 7/
mor ALL SFkFt ! EN—C-E,- Wq. t j]
Company Name (if applicable)
Authorized Signature
Print Name:
Purchase Order # (if required)
Customer billing address
vv -d
NELL, III
Title: ALL STEEL FENCE, INC.
146 Klo Road - P. O. Box 1309, Lathrop, CA 95330
CA Contractor's License #. 710512 Class: C-13
'Page 4 of 4
All Steel Fence, Inc. License No. 710512
P. O. BOX 1309, LATHROP, CA 95330
(800) 752-3282 -- (209) 983-8409 -- FAX: (209) 982-4325
Tom Cornell, III
���•i�3 ALL STEEL FENCE, INC.
- P. 0. Box 1309
Lathrop, CA 953130 1 t
(209) 983-8409 • Fax: (209 Gate Opening
�- Gate Hinge
(u-eotT srvLF)
Concrete
C JAIA ufac wrftE
i2• \_ Center
Drop Rod
Assembly
(SEE DET )
I,718lk ov FSE
f GATGAoSr
Chain Link Double Swing Gate
Size: ' Wide x t High
Prosect:
�►tftwc� t^ rov-*'6
General Contractor:
T 40 -f- 4ONQ pvcore-
Fence Contractor
Date:
ALL STEEL FENCE, INC.
Submitted by:
TOM CORNELL, 111 209 983-8409
3b`
Yom Cornell, III
ALL STEEL FENCE, INC.
P. 0. Box 1309
Lathrop, CA 95230
(209) 983-8409 a Fax: (209) 982-9190
Chainiink Fence Detail
49 - High Chain Link Fence
Gate Details assembled
with connections
Gate Post
Gate Hinge
Gate Frame
AFA
'40 §�00
American
Fence
Association
Gats Post
Gate Hinge
game
Project:
ic.tLl �wc�C�ipltsYgrlourjo
Site Location-
Date:
Gti Y ofP,
II -I—t
Drawing #CL -16
All Steel Fence, Inc. License No. 710512
P.0.
BOX 1309, LATHROP, CA 95330
(800) 752-3282 -- (209) 983-8409 -- FAX: (209) 982-4325
y 'WIDE X ''I HIGH CHAIN LINK SINGLE SWING GATE
a'11811 PD6T
is . y 1
a`j �'$ r�O.D. POST
j��s
LfnHL Wltzp—.
O.D. FRAME
U—BOLT
Ifia>`34E5 , .
bs
u gl 1g `I
310�ll � I� 3to ,: � f
DI'O 4I I:
96
8p
Lau } 12t'
C
Tom Cornell, Ill
ALL STEEL. FENCE, INC
P. 0. B .x 1309
Lathrop, L'A 95230
(209) 983-8409 o Fax: (209) 982-9190
S-M01DFi2D Fnev- taTrA
Prpject:
►c1�lc. w.c..�rZ. 1�� rc��►�i7
General Contractor: +
f I T O-PfJ RA41,4c I
Fence Contractor. � Data:
ALL STEEL FENCE, INC. I I
Submitted by:
TOM CORNELL, 111 (209) 983-8409
Exhibit B
DAVIS-BACON COMPLIANCE
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Subcontractor List
Approved by City Attorney, dated <insert date>
6/26/2019 Instructions For Completing Payroll Form, WH -347 - Wage and Hour Division (WHD) - U.S. Department of Labor
United States Department of Labor
Wage and Hour Division
Wage and Hour Division (WHD)
Instructions For Completing Payroll Form, WH -347
■ WH -347 (PDF)
OMB Control No. 1235-0008, Expires 04/30/2021.
General: Form WH-347has been made available for the convenience of contractors and subcontractors
required by their Federal or Federally -aided construction -type contracts and subcontracts to submit
weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5
(29 C.F.R., Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis -Bacon
and related Acts.
While completion of Form WH -347 is optional, it is mandatory for covered contractors and
subcontractors performing work on Federally financed or assisted construction contracts to respond to
the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145)
requires contractors and subcontractors performing work on Federally financed or assisted construction
contracts to "furnish weekly a statement with respect to the wages paid each employee during the
preceding week." U.S. Department of Labor (DOL) Regulations at 29 C.F.R. § 5.5(a)(3)(ii) require
contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the
construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls
are correct and complete and that each laborer or mechanic has been paid not less than the proper
Davis -Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies
receiving this information review the information to determine that employees have received legally
required wages and fringe benefits.
Under the Davis -Bacon and related Acts, the contractor is required to pay not less than prevailing wage,
including fringe benefits, as predetermined by the Department of Labor. The contractor's obligation to
pay fringe benefits may be met either by payment of the fringe benefits to bona fide benefit plans,
funds or programs or by making payments to the covered workers (laborers and mechanics) as cash in
lieu of fringe benefits.
This payroll provides for the contractor to show on the face of the payroll all monies to each worker,
whether as basic rates or as cash in lieu of fringe benefits, and provides for the contractor's
representation in the statement of compliance on the payroll (as shown on page 2) that he/she is
paying for fringe benefits required by the contract and not paid as cash in lieu of fringe benefits.
Detailed instructions concerning the preparation of the payroll follow:
Contractor or Subcontractor: Fill in your firm's name and check appropriate box.
https://www.dol.gov/whd/forms/wh347instr.htm 1/4
6/26/2019 Instructions For Completing Payroll Form, WH -347 - Wage and Hour Division (WHD) - U.S. Department of Labor
Address: Fill in your firm's address.
Payroll No.: Beginning with the number "1", list the payroll number for the submission.
For Week Ending: List the workweek ending date.
Project and Location: Self-explanatory.
Project or Contract No.: Self-explanatory.
Column 1 - Name and Individual Identifying Number of Worker: Enter each worker's full name
and an individual identifying number (e.g., last four digits of worker's social security number) on each
weekly payroll submitted.
Column 2 - No. of Withholding Exemptions: This column is merely inserted for the employer's
convenience and is not a requirement of Regulations, Part 3 and 5.
Column 3 - Work Classifications: List classification descriptive of work actually performed by each
laborer or mechanic. Consult classification and minimum wage schedule set forth in contract
specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency
representative. An individual may be shown as having worked in more than one classification provided
an accurate breakdown or hours worked in each classification is maintained and shown on the
submitted payroll by use of separate entries.
Column 4 - Hours worked: List the day and date and straight time and overtime hours worked in the
applicable boxes. On all contracts subject to the Contract Work Hours Standard Act, enter hours worked
in excess of 40 hours a week as "overtime".
Column 5 - Total: Self-explanatory
Column 6 - Rate of Pay (Including Fringe Benefits): In the "straight time" box for each worker,
list the actual hourly rate paid for straight time worked, plus cash paid in lieu of fringe benefits paid.
When recording the straight time hourly rate, any cash paid in lieu of fringe benefits may be shown
separately from the basic rate. For example, "$12.25/.40" would reflect a $12.25 base hourly rate plus
$0.40 for fringe benefits. This is of assistance in correctly computing overtime. See "Fringe Benefits"
below. When overtime is worked, show the overtime hourly rate paid plus any cash in lieu of fringe
benefits paid in the "overtime" box for each worker; otherwise, you may skip this box. See "Fringe
Benefits" below. Payment of not less than time and one-half the basic or regular rate paid is required
for overtime under the Contract Work Hours Standard Act of 1962 if the prime contract exceeds
$100,000. In addition to paying no less than the predetermined rate for the classification which an
individual works, the contractor must pay amounts predetermined as fringe benefits in the wage
decision made part of the contract to approved fringe benefit plans, funds or programs or shall pay as
cash in lieu of fringe benefits. See "FRINGE BENEFITS" below.
https://www.dol.gov/whd/formstwh347instr.htm 214
6/26/2019 Instructions For Completing Payroll Form, WH -347 - Wage and Hour Division (WHD) - U.S. Department of Labor
Column 7 - Gross Amount Earned: Enter gross amount earned on this project. If part of a worker's
weekly wage was earned on projects other than the project described on this payroll, enter in column 7
first the amount earned on the Federal or Federally assisted project and then the gross amount earned
during the week on all projects, thus "$163.00/$420.00" would reflect the earnings of a worker who
earned $163.00 on a Federally assisted construction project during a week in which $420.00 was
earned on all work.
Column 8 - Deductions: Five columns are provided for showing deductions made. If more than five
deduction are involved, use the first four columns and show the balance deductions under "Other"
column; show actual total under "Total Deductions" column; and in the attachment to the payroll
describe the deduction(s) contained in the "Other" column. All deductions must be in accordance with
the provisions of the Copeland Act Regulations, 29 C.F.R., Part 3. If an individual worked on other jobs
in addition to this project, show actual deductions from his/her weekly gross wage, and indicate that
deductions are based on his gross wages.
Column 9 - Net Wages Paid for Week: Self-explanatory.
Totals - Space has been left at the bottom of the columns so that totals may be shown if the contractor
so desires.
Statement Required by Regulations, Parts 3 and 5: While the "statement of compliance" need not
be notarized, the statement (on page 2 of the payroll form) is subject to the penalties provided by 18
U.S.C. § 1001, namely, a fine, possible imprisonment of not more than 5 years, or both. Accordingly,
the party signing this statement should have knowledge of the facts represented as true.
Items land 2: Space has been provided between items (1) and (2) of the statement for describing
any deductions made. If all deductions made are adequately described in the "Deductions" column
above, state "See Deductions column in this payroll." See "FRINGE BENEFITS" below for instructions
concerning filling out paragraph 4 of the statement.
Item 4 FRINGE BENEFITS - Contractors who pay all required fringe benefits: If paying all
fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the
applicable wage decision of the Secretary of Labor, show the basic cash hourly rate and overtime rate
paid to each worker on the face of the payroll and check paragraph 4(a) of the statement on page 2 of
the WH -347 payroll form to indicate the payment. Note any exceptions in section 4(c).
Contractors who pay no fringe benefits: If not paying all fringe benefits to approved plans, funds,
or programs in amounts of at least those that were determined in the applicable wage decision of the
Secretary of Labor, pay any remaining fringe benefit amount to each laborer and mechanic and insert in
the "straight time" of the "Rate of Pay" column of the payroll an amount not less than the
predetermined rate for each classification plus the amount of fringe benefits determined for each
classification in the application wage decision. Inasmuch as it is not necessary to pay time and a half on
cash paid in lieu of fringe benefits, the overtime rate shall be not less than the sum of the basic
predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu
https://www.dol.gov/whd/forms/wh347instr.htm 3/4
6/26/2019 Instructions For Completing Payroll Form, WH -347 - Wage and Hour Division (WHD) - U.S. Department of Labor
of fringe benefits at the straight time rate. In addition, check paragraph 4(b) of the statement on page
2 the payroll form to indicate the payment of fringe benefits in cash directly to the workers. Note any
exceptions in section 4(c).
Use of Section 4(c), Exceptions
Any contractor who is making payment to approved plans, funds, or programs in amounts less than the
wage determination requires is obliged to pay the deficiency directly to the covered worker as cash in
lieu of fringe benefits. Enter any exceptions to section 4(a) or 4(b) in section 4(c). Enter in the
Exception column the craft, and enter in the Explanation column the hourly amount paid each worker as
cash in lieu of fringe benefits and the hourly amount paid to plans, funds, or programs as fringe
benefits. The contractor must pay an amount not less than the predetermined rate plus cash in lieu of
fringe benefits as shown in section 4(c) to each such individual for all hours worked (unless otherwise
provided by applicable wage determination) on the Federal or Federally assisted project. Enter the rate
paid and amount of cash paid in lieu of fringe benefits per hour in column 6 on the payroll. See
paragraph on "Contractors who pay no fringe benefits" for computation of overtime rate.
Public Burden Statement: We estimate that it will take an average of 55 minutes to complete this
collection of information, including time for reviewing instructions, searching existing data sources,
gathering and maintaining the data needed, and completing and reviewing the collection of information.
If you have any comments regarding these estimates or any other aspect of this collection of
information, including suggestions for reducing this burden, send them to the Administrator, Wage and
Hour Division, ESA, U.S. Department of Labor, Room 53502, 200 Constitution Avenue,
N.W.,Washington, D.C. 20210.
Note: In order to view, fill out, and print PDF forms, you need Adobe® Acrobat® Reader® version 5
or later, which you may download for free at www.adobe.com/products/acrobat/readstep2.html.
https.//www.dol.gov/whd/forms/wh347instr.htm 4/4
© 7
Gi
mm
C
N
..
Z6a¢
O
o
m
��
L -0
:3
rn
w
mO
❑Z
ca
uo
Z
x
E
0
w
L
z
� c 3
rte+
N
O
TI
2
O
D
w
cn
rho
E v
OL OO
4.1
0
5
yg
>+ O N
U
}+
O N t
(0 O C
Q. >>
L
41 to
U
QJ
c 2=
3
a w o°
0 Lc
-0
a
c
O 0
y., ro
n
O
U
(0 -0
N
O
° L
4-
LL
E
" N
aN o -o
E U
O co
N y- N
U
F
= C N
4 C
e9<
>`N C
—
a
m in cu
E in
N U
M
O O Y
�
+. C N
�0
N .0
C
3-
- c o
cu
"f9
�+
o
�+
O a O
0 O
++
c
A .O
m
EEa�
a)
2)
L
a + O.
O
LL 0t-
co 0
— LL
L
O
o`` .-
a
��
CU >, CU
3
a (u N
O
a
_
Q
cM�
2 •; ca
M
_0
> O
aL
E
_
M
o
L 0
v
O
O LL
O
U
°
C: —
o
-
m
O cCn
v
N `
a 00
4-
O L
0
O
4-O
0
0
a,
0 0 C7O
N +'
Y
M O
N
I
U
aj
C-0
N
V
�
© 7
Gi
mm
_ W
.o
N
..
Z6a¢
o
m
��
L -0
:3
w
mO
❑Z
uo
Z
x
0L�O❑
o
w
LL
z
� c 3
TI
2
O
D
w
U
O
E v
w
0
0
5
yg
Y1
M
}+
O N t
m U
Y
cu O_
U
QJ
H
a w o°
H fO
a
n
c �
h =
o
F
e9<
J
J A I
O n
w e
as
N
C 1
OIIIOlOHMI.
N
E
L
O
U d V1
m t (O
iA L m
C (u O O
O E v
E c
U
CL cu
N
4J O O ++
L Lof C" of
f-
6 ,O N
C
� Q N 0
m
(D (C0 3 A
v a u
} }J
F 0 O
M o C
u O O
0
0
N
N
O
N
Q
W
LO
4�
^O
W
m
CL
0
LL
0
T
c0
D..
M
N
CL
E
m
cn
Gi
mm
N
..
N O CU L
"O
•1••1
O O
L -0
:3
i N
3 -0
c s„ �
E
O
LL
� c 3
Ln
—> v
co
3 -
E v
o
N CN
m
M
}+
O N t
L
Y
cu O_
U
QJ
H
a w o°
H fO
a
0
0
N
N
O
N
Q
W
LO
4�
^O
W
m
CL
0
LL
0
T
c0
D..
M
N
CL
E
m
cn
m
U)
0
C)
N
N
C)
N
v a
�
Qj
.1..I OL
"'6 L
Y6a�
MP
N
O
nt�
O
; O
v (o `.-
w
w
N
m
a
v
O O
_^O]
U O Q
w
w
o+�
EL E E
QUL
Ln m N
CO
C y
L
C O
R
a
m
U
f 0
O
a
e
N N
c !n
o
& o
M
F
0
c
3
w
w
w
ti4 p
7C.�
a
m
v
p
v
cu 3
cu
L
Wp
41 Qi
Qi
O
V1
M
L 0
N Ln M 4O
c
t
L
C
K
w
w
O m
U
m
3
n
a
v N
3 o
[
_
N
U- ++
n m c
.E
-p
m
c°
;
�C a�
'
Ln 41 Ou
v
_
o
0
w
w
` a VI
7 O
O
m
vmi
FiF
O .0ai it_CO}J
m
n
V1 .0
O
N
D
r
V rN-;
N
O
m
malgi
11
w
wo tyw
N
�i
>
v
G
nub E
Ln
oq
O
in
S
O
i m
�o
o
_
..
_
«
w
�i
fl
C. v
w ft
O ^-
6 2i 2
u E
N
o
<�
$
o m
C
m
w
wn
m
O (�
}
3
c$
O
o
p
a m
a
mo
H=
r
N rl
o
Q Q
0
Q
0
Q
0
rl
0
N
>
N
em' n=y
a
a
f0
tA
�pppu?
w
o
0
0
0
to 4-1m
f0 C t
o
a
n p
m
g
g
g
g
c' 2A 2
OU LO
O
H
3
B
8
g
B
8
y b u
O N \
tw
'c
o
opt
a
• t'po
N +' C
"O
a $
m
s c to
c
o=
a
s
s
g
a
g
€g@
-O O
O_
N
.v
an
`!
O
4!
S
L 10
0
o
a
o
is a a g
CL " u)
�1py m
c
a N
'o
Q
Eo
vs.l..b
w
p
?
E
Q=
Ara m
0
UE
QI
N
LL
n
U O�
m
U
r
p-
Q. a
•_
ppA-
S R
a
Y
toL
L, O
fnd
L Q)
C E pp
00d�3k1_
h110NN11M
30 011
N
N
a
N
T
c 3
N
m 'o
O
E
;
v
aHo
u O O
ru
.L
w�
L
4+
d
L
°) v lLil
c E�
v'�iaj
c .�
v
m
N
o
=
na o
O
ti
,,
to Y rJ
+�
m
?
G C LLO
fD
Ln .2 (u
m
-?!Y
ooi
Ln
b o
to
Y O c m
41 �
a)
0'e
€o-2a
m
a
3 v to u
a) .5 i
fD
��m
v ami `o
oFaq
o .E a)
u-0 E�
o to o
L 3
o�
Z
v
u E
m
3 to
v
(C7 L L
N O
'D
Q u N
to 'p Y C
0
<
5
2
>�
>
tn `
,A
L 4a
�
w
E
I
�, CU
+, 't -o
v
L
m o L 3
g.
o
O N
>
C
o o
IE
LL s
Ln c v c
O o.
a) a) 0 0 0
a 3=
"
`
3
s u
a
m
p
€=�8
7_
c t
a
E
m
U)
Y o m S
� o
o
o� rc m
�0
o
¢
x
O~ mw
to
C
6 "C
O O
NC:
LCL
� a
v �
L m
3 a
L
C
O L
U N CU
do
N Cp
on E 3
M m Y
U O N
O ++ C
3 0
O �
v
Y N
C � O
O }�
� L U
E
O L N
U ++
+' a
U of O
y�
sig
rl
a m
m
o
o
P
F
C
N 7
•�
z
n
0
d
`m
m
a o
N CD O U
q0
"
9�
c
�c�
a
n
-�_
N
CO
3 C_ CU } E .O
C o LL
ig
W m
n
m
E
m
W
O L
3
Cu c m o
m8
av,
tzx
s
z
F
c
bD on CL
M
=
v
O t -O —
O L C C-
L > O O
��
w
m C CU o—
w
O 41
LQ
a M �_ o c
- SIIOIlen3Y3
v
CU CU
a) Lq Ln
C C
r-4 L ^ L
-
3 m +' L
+-� +J `
L
T C CU
w
w
p fVm m W
0
` _ O
O}+ CU d' C CV '.4-
C00
c7
bD
w
Y O
?� +, m O m
cu
tV y O Uo
low
N OU CA{/} O
'
+tn
w'a
'
n
=
a -
-
a
-
ago
++`�.OLnj
y O
o
a
c
i
P'
bw
O U m
«U
w$ «q
ULCLO N to N
N ti O W '0 fl N
0
0
0
0
0
0
Q Y CU F- d O 41 0..
00
o
O
O
QO
O
O
N
to
C
6 "C
O O
NC:
LCL
� a
v �
L m
3 a
L
C
O L
U N CU
do
N Cp
on E 3
M m Y
U O N
O ++ C
3 0
O �
v
Y N
C � O
O }�
� L U
E
O L N
U ++
+' a
U of O
rl
a m
m
o
v
C
N 7
•�
z
n
0
d
`m
m
a o
N CD O U
q0
"
9�
c
�c�
a
-�_
N
CO
3 C_ CU } E .O
C o LL
ig
W m
n
ma E" o
E
m
W
O L
3
Cu c m o
m8
av,
a.
s
`"�
3 L 0
bD on CL
M
O's
CL m
m C CU o—
a M �_ o c
- SIIOIlen3Y3
3 m +' L
+-� +J `
L
T C CU
OIIIQI0NON11�l
5 C O
m
Ov
` _ O
r v
O L N L O
w
cu
tV y O Uo
O �- L N@
4L-1 :0 C m
3
� m +' C 3
a Lu
=N
O U
`t v°
v u Ln o as
L
s¢
t>
N !n !n
EA
0 0 41 v c t m
'.o
i
CL
c o
3 0 C E
o
CU V) _ U L
M
-0 CU 7
='
li--o-
O O L O
-O CU- UU0
vm
a O"
o
`w
-cmdN
E LELO
C-0
m O
va
? �
5
m
0o
a
E—m imC.41
Cm L
o
tm L N
m 3 O m
U +, 0 3 CU
0
0
N
N
O
N
Q
W
2
LO
O
C'7
N
rn
cu
a -
O
LL
0
(0
d
M
ani
CL
E
m
Ory
WpW
Q
M
M
bT�
C 1151:'
J� O
U
a
NbCg 2 m r
C Q)
co OD
W
O
o
n G 2 G
O
X v rL
Q) -0
tom$
Q)
L
Q) �'
C M
.O
m o
a m
Y
nab
w
w
w
w
o o
x
��.0o v$
Q
m
�p�L� �m
p O
O
Im
C
O m
m
V'
.%g aw
E 6 5
V
o
ry
NN ar
pp�ml'.
w ra ZpZ
OOK
m r,
rr
vNs
O
Q
$
¢`
V
p
N b
i
m�
�Qu'Sc
r
Nr;
�'
q@
oS3 SY �
o00�
'O U d
w"
ww
w
w
� m q
U
3 y
m
W1 t
rl
9
a,e
Qq
mr-
'
_
e a
�c
6 ` L
52j �d o
J
o
w
w
a�
10
e
.
to
� N o m �n
F g�
o 0
o o
o
o
g
g
oaf
eB
ffi
of
ri i
o v
e
c
c
N
bu y`�
iL�
0
C
is
B 8
B
8
8
8
5 E" r^ E c
N
N
y
a
-
O N
L
CL m N
0 �
N
In aj
M -p 41
w
�
15N In
n u
O
w
'"
N C
zo
v a
m
a
°
d>
Q)
M
++ O
r-
a�
n
d
a'mQras
a
n�
bD N A
-C CL
�3
QU`
w H
m
Li
"�w
Em
-Q.
w
C O
++ O-
E 7 O
L Q) U U }i
v
a 8
o=
Z5
`m
V
o U o°
G
N
a,
o m
O +- of
C m C
,0 -O C (0 C
°'
a m
c�
.-
a o
C O
L 12
cu Lmn ,r Q)
0- V1
'>
M a CL
N X Q) 5
S OI1d 13Y3
C onimoHHlini
ry
1
N
in
7
N
E OL L
AD as
J✓ cr_Q) U '$F
U ++
m❑_ m
W
Q) L Q) T
C Q)
C L OL
CL J-1
L U
v
CL L
m Q)CL
Q) L =
u CL Ln
N u
� o¢
CU
bD Q) w
C C a
Q)
€
'r f0 C
a
L aj a)>, C
o
C
LL m a
L C
4 o
aj
t C OD -le Q C
O g
- z
O
O
u
L
u
d
b a a i2
yF1"� U
Q) L i3. QQ)
L
L O )
Q) L
p
W N
g
y
>
N
f
N
d
?
3 L Jr
o
sm
`
v
a
°
m
It
a
a
S
a
t2
m
m
►i
LO
O
Q)
0)
N
CL
E
O
LL
O
>,
cu
CL
I
()
CL
E
m
U)
LO
°E
n T3
ry
n9�
m �
aa
m x
0 t
C Y
u
L C
20
d n
b N
aon
m
~
C fO
0 �+
d A
p6E
N
G C
C °
m
O 5 m
Y p
�
O. d
oa
m U t O
°4S
T a
Tie
of
cEc
6
� ut
41
Z
m
m m H c41
O
CU
O
2 fan
Q
a
fi a° n
O C C
E 5 Noi2
a) tio
FN
b c S if
LL
1°
"Ete
a n°fr
w
03
Ayr°
L��0CpS
o
W m a
"
V1
u
EK
W
Y
TgW
S
°
Ej
xx
W
E
m
W
o
- �
•i
6 a N m
E
Sfi
8L�
oA
ag
=u5
5 m
•-�
u�
am Y-�
U'
um
.:E
�
m Y °5
v
K
a_F
d •�
a°
a n
O
E m u
ti
y
i
uN
0
a
`>`
�. o Y
n
meam
Eyas
a.E
y
EN
LC
d
papy9�fiu
as t a
o.
o °u pS
ia���
g
O
oao2
nz
Bu
u C L Qp
a
ummm
O U C
c
$�fi`
9 W
OE
W
O
1�'E T9
np.Ca
o f
o b t 5 A
E
5x n
i
F,
291-
a
Q
� E m
c U m m Y N
i°nEn
rd
o m
ami o.
N
dEE2
mc�a
�a°n
O
p°1nau
c D p
n u u a
5 7 a g
o
C u
o n
Ul
a nm� $
vc�vi
a t o U u
O
Q H 07 S e
`- O
Z% �°..
O
e°i y u p
b A
L m .'_u-'-'
N c
a
W
�� Eli
L p `0
�.
U $ o O mm>
O ai
�0bo N
p
y~y Ta
C Y
C3 E
8jm�4
N
A��A
_
'4
p l0 D
n LO d N LC
a s ❑
U
W 5
C Cd
mOml f` p
c
O
+'
L b
mL
� � u
stn°
w
5
a
m E 5 a
d U � O-
a U
E v
c�'m�
m n5
TO
C
E D E
Y`
2
W
6 i
o m h u
1.�
N o
L Y!
V 6m
A
j
nnG�% D
TD�^ D
O-
SS�P�ppa
C 3 C
LL p
Y
m Y C 5
�,
m
C C
G (fl
o Q N D
6
D N A
w
U
° J `0
O
O
N
R
N O. pi C L
C O .c
a m'- m C
t
n E 2 L
LL
CLL 0E1
C
N
F Y
E
Z
a m -a E.
ua«N
'•nub'
ma�
W
❑
O U
A D O_
�.2LL C
�cu�
FuBe
~
T'Lpm'U�
Y
m nn
y�4V
D
_ D
100
3•C 1•Im
WQII�
LO
ry
m �
0 t
C Y
20
d n
b N
~
C fO
0 �+
d A
G C
C °
m
�
O. d
oa
T a
m
d �-
fi 'o
a t
� ut
O
O C C
o
"
W
Y
°
E
m
W
� �
- �
•i
LO
CERTIFICATION OF
UNDERSTANDING &
AUTHORIZATION
Certification of Understanding and Authorization
Project Name:
Project Number:
This is to certify that the principals, and the authorized payroll officer, below,
have read and understand the Labor Standard Provisions and Related Matters
and the labor standards clauses pertaining to the project.
The following person(s) is designated at the payroll officer for the undersigned
and is authorized to sign the Statement of Compliance which will accompany our
weekly certified payroll reports for this project:
Designated Payroll Officer (Name)
Designated Payroll Officer (Signature)
Authorized by (Contractor/Subcontractor)
(Signature)
(Title)
(IRS) Employer Identification Number
(Date)
9 � 0
11 /12/2019
"General Decision Number: CA20190007 11/08/2019
Superseded General Decision Number: CA20180009
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
Counties: Alpine, Amador, Butte, Colusa, E1 Dorado, Glenn,
Lassen, Marin, Modoc, Napa, Nevada, Placer, Plumas, Sacramento,
Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama,
Trinity, Yolo and Yuba Counties in California.
BUILDING CONSTRUCTION PROJECTS (excluding Amador County only);
DREDGING CONSTRUCTION PROJECTS (does not include hopper dredge
work); HEAVY CONSTRUCTION PROJECTS (does not include water well
drilling); AND HIGHWAY CONSTRUCTION PROJECTS
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.60 for calendar year 2019 applies to all contracts
subject to the Davis -Bacon Act for which the contract is
beta.SAM.gov
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 $10.60 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2019. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
https://beta.sam.gov/wage-determination/CA20190007/6/document 1171
11/12/2019 beta.SAM.gov
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above-mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number
Publication Date
0
01/04/2019
1
02/01/2019
2
02/15/2019
3
02/22/2019
4
05/03/2019
5
07/26/2019
6
11/08/2019
ASBE0016-001 01/01/2019
AREA 1: MARIN, NAPA, SAN BENITO, SAN FRANCISCO, SOLANO, &
SONOMA COUNTIES
AREA 2: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHEMA, TRINITY, YOLO, & YUBA COUNTIES
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
Protective Coverings,
Coatings, and Finishes to all
types of mechanical systems)
Area 1 ......................$ 68.11 23.32
Area 2 ......................$ 43.81 31.22
https://beta.sam.gov/wage-determination/CA20190007/6/document 2/71
e
11/12/2019
ASBE0016-007 01/01/2019
AREA 1 : ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA,
SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO
& YUBA COUNTIES
AREA 2: MARIN & NAPA COUNTIES
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not)
AREA 1 ......................$ 28.20 9.27
AREA 2 ......................$ 36.53 9.27
BOIL0549-002 10/01/2016
Rates Fringes
BOILERMAKER
(1) Marin & Solano Counties.$ 43.28 37.91
(2) Remaining Counties ...... $ 39.68 35.71
beta.SAM.gov
----------------------------------------------------------------
BRCA0003-001 08/01/2017
Rates Fringes
MARBLE FINISHER ..................$ 32.60 15.31
BRCA0003-004 05/01/2017
https://beta.sam.gov/wage-determination/CA20190007/6/document 3/71
I
11/12/2019 beta.SAM.gov
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
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 4/71
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
beta.SAM.gov
---------------------------------------------- ---------------�.»
BRCA0003-014 08/01/2017
Rates Fringes
MARBLE MASON .....................$ 44.60 26.83
CARP0034-001 07/01/2018
Diver
Rates Fringes
Assistant Tender, ROV
Tender/Technician
........... $
47.65
32.52
11/12/12019
52.61
32.52
Diver Tender ................$
Area 4
......................$
26.69
15.31
Tile Layer
Manifold Operator
(mixed
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
beta.SAM.gov
---------------------------------------------- ---------------�.»
BRCA0003-014 08/01/2017
Rates Fringes
MARBLE MASON .....................$ 44.60 26.83
CARP0034-001 07/01/2018
Diver
Rates Fringes
Assistant Tender, ROV
Tender/Technician
........... $
47.65
32.52
Diver standby ...............$
52.61
32.52
Diver Tender ................$
51.82
32.52
Diver wet ...................$
97.17
32.52
Manifold Operator
(mixed
gas) ........................$
56.82
32.52
Manifold Operator
(Standby).$
51.82
32.52
DEPTH PAY (Surface Diving):
050 to 100 ft $2.00 per foot
101 to 150 ft $3.00 per foot
151 to 220 ft $4.00 per foot
SATURATION DIVING:
https://beta.sam.gov/wage-determination/CA20190007/6/document 5/71
11/12/2019 beta.SAM.gov
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 6/71
r y ,
11 /12/201,9
beta.SAM.gov
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
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 7171
11/12/2019
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.
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 8/71
11/12/20.19
CARP0046-002 07/01/2018
Alpine, Colusa, E1 Dorado (East), Nevada, Placer (East),
Sierra, Sutter and Yuba 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 ........
$ 40.17
29.32
Millwright ..................$
43.67
30.91
CARP0152-003 07/01/2018
Amador County
Rates Fringes
beta.SAM.gov
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 9/71
11/12/2019
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
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,
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 10/71
11/12/2019 beta.SAM.gov
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 19.70
Technician ..................$ 44.18 19.88
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://beta.sam.gov/wage-determination/CA20190007/6/document 11/71
11/12/20.19 beta.SAM.gov
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
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 12/71
11 /12/2D 19 beta.SAM.gov
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, CAN 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.
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,
https://beta.sam.gov/wage-determination/CA20190007/6/document 13/71
11/12/2019 beta.SAM.gov
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 07/01/2019
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 19.39
----------------------------------------------------------------
ELEC0551-004 06/01/2019
MARIN AND SONOMA COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 51.40 22.83
----------------------------------------------------------------
ELEC0551-005 12/01/2018
MARIN & SONOMA COUNTIES
Rates Fringes
Sound & Communications
https://beta.sam.gov/wage-determination/CA20190007/6/document 14/71
11/12/2019 beta.SAM.gov
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
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 02/01/2019
DEL NORTE, MODOC & SISKIYOU COUNTIES
Rates Fringes
Line Construction
(1) Cable Splicer ........... $ 59.09 20.22
(2) Lineman, Pole Sprayer,
Heavy Line Equipment Man .... $ 52.76 19.96
https://beta.sam.gov/wage-determination/CA20190007/6/document 15/71
11/12/2-019
beta.SAM.gov
(3) Tree Trimmer ............
$ 31.10
11.32
(4) Line Equipment Man ......
$ 52.76
19.96
(5) Powdermen,
7ackhammermen...............$
33.80
13.35
(6) Groundman...............$
----------------------------------------------------------------
33.24
14.79
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,
https://beta.sam.gov/wage-determination/CA20190007/6/document 16/71
11/12/9019 beta.SAM.gov
Labor Day, Veterans Day, Thanksgiving Day, Friday after
Thanksgiving, and Christmas Day.
ENGIO003-008 07/01/2017
Rates Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:)
AREA 1:
(1) Leverman...............$
44.77
31.25
(2) Dredge Dozer; Heavy
duty repairman .............$
39.81
31.25
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$
38.69
31.25
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$
35.39
31.25
AREA 2:
(1) Leverman...............$
46.77
31.25
(2) Dredge Dozer; Heavy
duty repairman .............$
41.81
31.25
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$
40.69
31.25
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$
37.39
31.25
AREA DESCRIPTIONS
AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
https://beta.sam.gov/wage-determination/CA20190007/6/document 17/71
11/12/2019
AREA 2: MODOC COUNTY
THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2
AS NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Remainder
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY:
Area 1: Remainder
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 18/71
11/12/201.9
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
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 19/71
11/12/2019 beta.SAM.gov
Shasta County
Area 2: Remainder
TUOLUMNE COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
ENGIO003-018 06/26/2017
""AREA 1"" WAGE RATES ARE LISTED BELOW
""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(AREA 1:)
GROUP 1 .....................$
44.67
30.39
GROUP 2 .....................$
43.14
30.39
GROUP 3 .....................$
41.66
30.39
GROUP 4 .....................$
40.28
30.39
GROUP 5 .....................$
39.01
30.39
GROUP 6 .....................$
37.69
30.39
GROUP 7 .....................$
36.55
30.39
GROUP 8 .....................$
35.41
30.39
GROUP 8-A ...................$
33.20
30.39
OPERATOR: Power Equipment
(Cranes and Attachments -
AREA 1:)
GROUP 1
Cranes .....................$
46.30
30.39
Oiler ......................$
36.63
30.39
Truck crane oiler ..........
$ 39.20
30.39
GROUP 2
Cranes .....................$
43.79
30.39
Oiler ......................$
36.36
30.39
https://beta.sam.gov/wage-determination/CA20190007/6/document 20/71
11/12/x019
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
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
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 21/71
11/12/2919
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
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 22/71
11/12/9019 beta.SAM.gov
backhoe and loader over 3/4 cu. yds.; Continuous flight tie
back machine assistant to engineer or mechanic; Crane
mounted continuous flight tie back machine, tonnage to
apply; Crane mounted drill attachment, tonnage to apply;
Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2
cu. yds.; Loader 4 cu. yds. and over; Long reach excavator;
Multiple engine scraper (when used as push pull); Power
shovels, up to and including 1 cu. yd.; Pre -stress wire
wrapping machine; Side boom cat, 572 or larger; Track
loader 4 cu. yds. and over; Wheel excavator (up to and
including 750 cu. yds. per hour)
GROUP 4: Asphalt plant engineer/box person; Chicago boom;
Combination backhoe and loader up to and including 3/4 cu.
yd.; Concrete batch plant (wet or dry); Dozer and/or push
cat; Pull- type elevating loader; Gradesetter, grade
checker (GPS, mechanical or otherwise); Grooving and
grinding machine; Heading shield operator; Heavy-duty
drilling equipment, Hughes, LDH, Watson 3000 or similar;
Heavy-duty repairperson and/or welder; Lime spreader;
Loader under 4 cu. yds.; Lubrication and service engineer
(mobile and grease rack); Mechanical finishers or spreader
machine (asphalt, Barber -Greene and similar); Miller
Formless M-9000 slope paver or similar; Portable crushing
and screening plants; Power blade support; Roller operator,
asphalt; Rubber -tired scraper, self -loading (paddle -wheels,
etc.); Rubber- tired earthmoving equipment (scrapers); Slip
form paver (concrete); Small tractor with drag; Soil
stabilizer (P & H or equal); Spider plow and spider puller;
Tubex pile rig; Unlicensed constuction work boat operator,
on site; Timber skidder; Track loader up to 4 yds.;
Tractor -drawn scraper; Tractor, compressor drill
combination; Welder; Woods -Mixer (and other similar Pugmill
equipment)
GROUP 5: Cast -in-place pipe laying machine; Combination
slusher and motor operator; Concrete conveyor or concrete
pump, truck or equipment mounted; Concrete conveyor,
building site; Concrete pump or pumperete gun; Drilling
equipment, Watson 2000, Texoma 700 or similar; Drilling and
boring machinery, horizontal (not to apply to waterliners,
https://beta.sam.gov/wage-determination/CA20190007/6/document 23/71
11/12/2019
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 (Kalman or similar); Lift slab
machine (Vagtborg and similar types); Maginnes internal
full slab vibrator; Material hoist (1 drum); Mechanical
trench shield; Pavement breaker with or without compressor
combination); Pipe cleaning machine (tractor propelled and
supported); Post driver; Roller (except asphalt); Chip
beta.SAM.gov
https://beta.sang ov/wage-determination/CA20190007/6/document 24/71
11/12/2019 beta.SAM.gov
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 25/71
11 /12/2019
GROUP 3: Clamshell and dragline up to and including 1 cu.
yd.; Cranes 45 tons and under; Self-propelled boom -type
lifting device 45 tons and under;
GROUP 4: Boom Truck or dual purpose A -frame truck,
non -rotating over 15 tons; Truck -mounted rotating
telescopic boom type lifting device, Manitex or similar
(boom truck) over 15 tons; Truck -mounted rotating
telescopic boom type lifting device, Manitex or similar
(boom truck) - under 15 tons;
PILEDRIVERS
GROUP 1: Derrick barge pedestal mounted over 100 tons;
Clamshell over 7 cu. yds.; Self-propelled boom -type lifting
device over 100 tons; Truck crane or crawler, land or barge
mounted over 100 tons
GROUP 2: Derrick barge pedestal mounted 45 tons to and
including 100 tons; Clamshell up to and including 7 cu.
yds.; Self-propelled boom -type lifting device over 45 tons;
Truck crane or crawler, land or barge mounted, over 45 tons
up to and including 100 tons; Fundex F-12 hydraulic pile rig
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom -type lifting device 45 tons and under;
Skid/scow piledriver, any tonnage; Truck crane or crawler,
land or barge mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: Deckhand; Fire tender
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 26/71
11/12/2019
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
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 27/71
11/12/2019
AREA DESCRIPTIONS:
POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND
UNDERGROUND [These areas do not apply to Piledrivers and
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
beta.SAM.gov
https:/ibeta.sam.gov/wage-determination/CA20190007/6/document 28/71
11/12/20.19 beta.SAM.gov
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Reaminder
TEHAMA COUNTY:
Area 1: All but the Western border with mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeaster border with
Shasta County
Area 2: Remainder
ENGIO003-019 07/26/2017
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 29/71
11/12/2019
SEE AREA DESCRIPTIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(LANDSCAPE WORK ONLY)
GROUP
1
AREA
1 .....................$
34.05
28.73
AREA
2 .....................$
36.05
28.73
GROUP
2
AREA
1 .....................$
30.45
28.73
AREA
2 .....................$
32.45
28.73
GROUP
3
AREA
1 .....................$
25.84
28.73
AREA
2 .....................$
27.84
28.73
GROUP DESCRIPTIONS:
GROUP 1: Landscape Finish Grade Operator: All finish grade
work regardless of equipment used, and all equipment with a
rating more than 65 HP.
GROUP 2: Landscape Operator up to 65 HP: All equipment with
a manufacturer's rating of 65 HP or less except equipment
covered by Group 1 or Group 3. The following equipment
shall be included except when used for finish work as long
as manufacturer's rating is 65 HP or less: A -Frame and
Winch Truck, Backhoe, Forklift, Hydragraphic Seeder
Machine, Roller, Rubber -Tired and Track Earthmoving
Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up
to 65 HP.
GROUP 3: Landscae Utility Operator: Small Rubber -Tired
Tractor, Trencher Under 31 HP.
AREA DESCRIPTIONS:
AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 30/71
11/12/2019 beta.SAM.gov
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2 - MODOC COUNTY
THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS
NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
DEL NORTE COUNTY:
Area 1: Extreme Southwestern corner
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
HUMBOLDT COUNTY:
Area 1: Except Eastern and Southwestern parts
Area 2: Remainder
LAKE COUNTY:
Area 1: Southern part
https://beta.sam.gov/wage-determination/CA20190007/6/document 31/71
11/12/2019
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY
Area 1: Remainder
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Remainder
Area 2: Eastern part
MENDOCINO COUNTY:
Area 1: Central and Southeastern parts
Area 2: Remainder
MONTEREY COUNTY
Area 1: Remainder
Area 2: Southwestern part
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA2O19OOO7/6/document 32/71
r
111121g019
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:
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 33/71
11/12/,2019 beta.SAM.gov
$6.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center -Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
$4.00 additional per hour at the following locations:
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
LAB00067-001 07/01/2019
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 11.30
LABORER (Lead Removal)
Marin County ................$ 31.81 24.61
Remaining Counties .......... $ 30.81 24.61
----------------------------------------------------------------
LAB00067-005 06/27/2017
AREA ""A"" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 34/71
11 /12/0.19 beta.SAM.gov
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.
LABOO185-002 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
https://beta.sam.gov/wage-determination/CA20190007/6/document 35/71
11/12/2,019 beta.SAM.gov
LABORER
Mason Tender -Brick .......... $ 31.20 22.20
LABOO185-005 06/25/2018
ALPINE, AMADOR, BUTTE, COLUSA, ELDORADO, 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
https://beta.sam.gov/wage-determination/CA20190007/6/document 36/71
11/12/2019 beta.SAM.gov
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
LABOO185-006 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
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:)
https://beta.sam.gov/wage-determination/CA20190007/6/document 37/71
11/12/Z019
GROUP 1 .....................$ 29.79 23.20
GROUP 2 .....................$ 29.64 23.20
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
beta.SAM.gov
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 38171
11 /12/Z019
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: ]oy 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
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 39/71
11/1242019
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 40/71
11/12/2019 beta.SAM.gov
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi -skilled wrecker (salvaging of other building
materials)
LABOO185-008 07/01/2018
Rates Fringes
https:/ibeta.sam.gov/wage-determination/CA20190007/6/document 41/71
11/12/2019 beta.SAM.gov
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
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 42/71
11 /12/2019
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
LABORERS - AREA A:)
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 43/71
11/12/2019
beta.SAM.gov
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;
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 44/71
11/12/,2019 beta.SAM.gov
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast -manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock -slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller;
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 45/71
11/12/2019
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
beta.SAM.gov
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 46171
11/12/2019
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
GUNITE LABORER CLASSIFICATIONS
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 47/71
11/121/2.019 beta.SAM.gov
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)
----------------------------------------------------------------
LABOO261-015 07/01/2018
Rates Fringes
Plasterer tender .................$ 32.02 23.00
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00324-004 06/25/2018
NAPA, SOLANO, AND SONOMA, COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 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.
https://beta.sam.gov/wage-determination/CA20190007/6/document 48/71
11/12/2019 beta.SAM.gov
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 -
https://beta.sam.gov/wage-determination/CA20190007/6/document 49171
11/12;2919 beta.SAM.gov
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
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:)
https://beta.sam.gov/wage-determination/CA20190007/6/document 50/71
11/12/2,019
GROUP 1 .....................$
29.75
22.31
GROUP 2 .....................$
29.25
22.31
GROUP 3 .....................$
28.66
22.31
GROUP 4 .....................$
28.54
22.31
LABORER (WRECKING - AREA B:)
GROUP 1 .....................$
29.79
23.20
GROUP 2 .....................$
29.64
23.20
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 51/71
11/12/201-9
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
beta.SAM.gov
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 52171
. t
11/1212019 beta.SAM.gov
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
https://beta.sam.gov/wage-determination/CA20190007/6/document 53/71
11/12/2019 beta.SAM.gov
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)
https://beta.sam.gov/wage-determination/CA20190007/6/document 54/71
11/12/2G19 beta.SAM.gov
----------------------------------------------------------------
LAB00324-019 07/01/2018
Rates Fringes
Plasterer tender .................$ 32.02 23.00
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0016-004 01/01/2019
MARIN, NAPA, SOLANO & SONOMA COUNTIES
Rates Fringes
Painters: ........................ $ 42.67 24.03
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
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 55/71
11/12/2019 beta.SAM.gov
Rates Fringes
DRYWALL FINISHER/TAPER ........... $ 41.03 25.34
----------------------------------------------------------------
PAIN0016-007 01/01/2019
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: ........................ $ 33.68 20.24
SPRAY/SANDBLAST: $0.50 additional per hour.
EXOTIC MATERIALS: $1.00 additional per hour.
HIGH TIME: Over 50 ft above ground or water level $2.00
additional per hour. 100 to 180 ft above ground or water
level $4.00 additional per hour. Over 180 ft above ground
or water level $6.00 additional per hour.
----------------------------------------------------------------
PAIN0016-008 01/01/2019
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 48.60 27.43
----------------------------------------------------------------
PAIN0169-004 01/01/2019
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;
https://beta.sam.gov/wage-determination/CA20190007/6/document 56/71
11/12/2019 beta.SAM.gov
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 ..........................$ 50.03 28.19
* 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 = $2.00/hr
*A special coating is a coating that requires the mixing of 2
or more products.
PAIN0567-007 07/01/2018
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
COUNTY (east of Highway 395, beginning at Stacey and including
Honey Lake); NEVADA COUNTY (east of the Sierra Nevada
Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains)
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 57/71
11/12/2019 beta.SAM.gov
AND SIERRA COUNTY (east of the Sierra Nevada Mountains)
Rates Fringes
SOFT FLOOR LAYER .................$ 29.10 13.14
----------------------------------------------------------------
PAIN0567-010 07/01/2018
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
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 01/01/2019
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 ..........................$ 38.47 28.40
PAID HOLIDAYS: New Year's Day, Martin Luther King, 7r. 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 $1.50
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 58/71
11/12/419 beta.SAM.gov
per hour above the basic hourly rate at any elevation.
PAIN1176-001 01/01/2017
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1 .....................$ 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;
YOLO AND YUBA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 36.81 21.51
https://beta.sam.gov/wage-determination/CA20190007/6/document 59/71
11/12/2019
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
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 60/71
11/12/2A19 beta.SAM.gov
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 07/01/2019
BUTTE, COLUSA, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHAMA, TRINITY & YUBA COUNTIES
Rates Fringes
PLUMBER ..........................$ 40.50 32.64
------------------------------------------------------------•--..
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 61/71
11/12/2019 beta.SAM.gov
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: $.75 per hour additional.
----------------------------------------------------------------
* PLUM0350-001 08/01/2019
EL DORADO COUNTY (Lake Tahoe area only); NEVADA COUNTY (Lake
Tahoe area only); AND PLACER COUNTY (Lake Tahoe area only)
Rates Fringes
PLUMBER/PIPEFITTER...............$ 45.84 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 07/01/2019
AMADOR (South of San Joaquin River) and ALPINE COUNTIES
https://beta.sam.gov/wage-determination/CA20190007/6/document 62/71
11/12/2019 beta.SAM.gov
Rates Fringes
PLUMBER ..........................$ 43.50 30.89
----------------------------------------------------------------
PLUM0447-001 07/01/2018
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 ..................$ 49.67 25.00
Light Commercial Work ....... $ 36.23 17.72
----------------------------------------------------------------
ROOFOOBI-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 01/01/2019
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
https:Hbeta.sam.gov/wage-determination/CA20190007/6/document 6301
11/12/2019 beta.SAM.gov
Rates Fringes
SPRINKLER FITTER (Fire
Sprinklers) ......................$ 63.52 31.17
----------------------------------------------------------------
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
$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
https://beta.sam.gov/wage-determination/CA20190007/6/document 64/71
11/12/2019 beta.SAM.gov
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 65/71
11/12/2019
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
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.;
letting trucks, under 7,000 gals.; Single -unit flat rack
(3 -axle unit); Highbed heavy duty transport; Scissor truck;
Rubber -tired muck car (not self -loaded); Rubber -tired truck
jumbo; Winch truck and ""A"" frame drivers; Combination winch
truck with hoist; Road oil truck or bootperson;
Buggymobile; Ross, Hyster and similar straddle carriers;
beta.SAM.gov
https://beta.sam.gov/wage-determination/CA20190007/6/document 66/71
11/12;2019 beta.SAM.gov
Small rubber -tired tractor
GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over;
Jetting trucks, 7,000 gals. and over; Vacuum trucks under
7500 gals. Trucks towing tilt bed or flat bed pull
trailers; Lowbed heavy duty transport; Heavy duty transport
tiller person; Self- propelled street sweeper with
self-contained refuse bin; Boom truck - hydro -lift or
Swedish type extension or retracting crane; P.B. or similar
type self -loading truck; Tire repairperson; Combination
bootperson and road oiler; Dry distribution truck (A
bootperson when employed on such equipment, shall receive
the rate specified for the classification of road oil
trucks or bootperson); Ammonia nitrate distributor, driver
and mixer; Snow Go and/or plow
GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water
pulls - DW 10's, 20's, 21's and other similar equipment
when pulling Aqua/pak or water tank trailers; Helicopter
pilots (when transporting men and materials); Lowbedk Heavy
Duty Transport up to including 7 axles; DW10's, 20's, 21's
and other similar Cat type, Terra Cobra, LeTourneau Pulls,
Tournorocker, Euclid and similar type equipment when
pulling fuel and/or grease tank trailers or other
miscellaneous trailers; Vacuum Trucks 7500 gals and over
and truck repairman
GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low
bed Heavy Duty Transport over 7 axles
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
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
https://beta.sam.gov/wage-determination/CA20190007/6/document 67/71
11/12/2019 beta.SAM.gov
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:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
https://beta.sam.gov/wage-determination/CA20190007/6/document 68/71
11 /12/7019 beta.SAM.gov
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
https://beta.sam.gov/wage-determination/CA20190007/6/document 69/71
11/12/2019 beta.SAM.gov
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
200 Constitution Avenue, N.W.
Washington, DC 20210
https://beta.sam.gov/wage-determination/CA20190007/6/document 70/71
11/142019 beta.SAM.gov
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://beta.sam.gov/wage-determination/CA20190007/6/document 71/71
Exhibit C
DAVIS-BACON WAGE DECISION CA20190007
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Subcontractor List
Approved by City Attorney, dated <insert date>
Davis Bacon Guidelines
• Ensure that the job classifications needed for the project are listed in the "wage decision"
document.
• Submit a signature authorization form on letterhead indicating who is authorized to sign the
weekly payroll compliance statement.
• Contractor must post Davis -Bacon posters (WH -1321) including wage rates and classifications
in easily viewable places around the site, such as the entrance to the site:
o English: littp:H",wNv.do1.goN,/whd/reds/compliance/posters/fedproic.pdf
o Spanish: http://www.doLaov/\vlld/re s/compliance/posters/davispaii.pdf
• Payroll documentation requires submission of the following:
o Submission of Form WH347, weekly.
D D D
WH347.pdf Form WH347 How to fill out
Instrudions.pdf WH347.pdf
o Compliance statement (certification) signed by authorized person, weekly.
Certification of
Understanding and
o First and Final payrolls should be clearly marked to indicated such.
o "No Work" payrolls should be submitted with start and end dates.
o The forms must be complete & legible.
Wages
o The rate of pay is a combination of base wage and fringe benefits and must total the wage
decision totals for wage and fringe benefits.
o Hours worked over 40 hours in one week must be compensated at 1.5 times the basic rate
of pay.
o Deductions must be substantiated and reasonable.
o Only apprentices and trainees registered in an approved State Apprenticeship or DOL
program may be paid less than the wage rate specified.
Employee interviews:
o City is required to conduct employee interviews using Form 11:
I®
HUD Form 1I.pdf
o All trades must be interviewed.
o Foremen and Supervisors will not be interviewed.
o Contractors and those in charge of hiring crew cannot complete the interviews.
CER'T'IFIED PAYROLL
FORM WH -347
ao
O
O
N
7
E
0
i6 m a
ml� � Z
��g9W
L EL
W F
X42 a
c m d O U
pm m c � fI7
W c
o= a W 0
,o a m E S
�n ac_ mm
OI O
me
E 2 E �
m m c^ 0 E
`o m
m
C Y W C m
W � C � m = O
9E
m
c
o E W
a t o m w m
U
off° o
aU OO C a
w a C V
nm o
C o u m
3
m C
m c m c
o�
T. e m a s
� 3 v o
S� a� Z
d. -.0
m
j O O E U
UO a d m
0 3 0 n s
ocrn T
Ym o au
E u a
C C m> O m
3 0
o
o c @ o
$ o a
E
m n
F.
Ts
102c m m m
E N
o� m
Eo
dci t0 U W C
oU? E o
m� ' m E
L,:
c
u
g w
>m
> — N O > N
Y
ow
~Ww
rn w (D
Z a
0
0
En
�o
z
OU
zo
OU
0
U
Er
w
F
Z
=
O
U
0
O
U
w
z
Z
0
Er
m�
LLI
C)
_0
F-o�
30~
S
¢
LL
U Z C,
LLIU
U
(r0it
Z
\
\
\
\
\
\
C7 ¢
z
O
U
O
Wa
}
Z
¢
l]
0
U
w
0
cn
it
Ir
a
00
=
U
z
w
Ir
Z
¢
Y
}
o
�
To
c
N
D
0
O
2
1S!!0 10
O
0
p
m
O
m
O
0
p
m
O
N
p
m
z
Z
0
W
Z
0
ui Y
<
d 0 L
0
0
LL
En
5
U
SNOI1dW3%3
N ON.UIOHH11M
d0'ON
Et F
m ¢
DU
z w
U' U
Z_Q
Er
�L) LLI
0Y
ZEn
K
005
J (
LL
j�0
� W
m
Zo
O
O
Z
Z
Zy
0
Wg
Ir
}
z
a
w
0
i6 m a
ml� � Z
��g9W
L EL
W F
X42 a
c m d O U
pm m c � fI7
W c
o= a W 0
,o a m E S
�n ac_ mm
OI O
me
E 2 E �
m m c^ 0 E
`o m
m
C Y W C m
W � C � m = O
9E
m
c
o E W
a t o m w m
U
off° o
aU OO C a
w a C V
nm o
C o u m
3
m C
m c m c
o�
T. e m a s
� 3 v o
S� a� Z
d. -.0
m
j O O E U
UO a d m
0 3 0 n s
ocrn T
Ym o au
E u a
C C m> O m
3 0
o
o c @ o
$ o a
E
m n
F.
Ts
102c m m m
E N
o� m
Eo
dci t0 U W C
oU? E o
m� ' m E
L,:
c
u
g w
>m
> — N O > N
M:
U)
U
z_
d
LU
Of
Q
F -
LL
W
z
W
co
W
0
z
R
LL
W
w
w
M
,C) "D
CL ❑ N
c �=
�am
mw
s CL) c
m
O O �
m Eo,
O, 0 c
.0 N
U
N
in cD
c 3
N
-am ° ° O
(D C 0 a
0 O N)
c E E c
0 m °'-
N C La
a)
Nm " p
- N c
C nm
tm 4
U a) N U7
E=rnUax)
0
c {0
O �i U
N'O T
Via)
m 0 U
U C in w
W m cc
o
IN
LU
� U
U)
z
ILg
0
w
O
w
CL
(L
Q
O
O
�a
w
Q
U)
F-
M
w
z
w
M
w
CD
z_
E
LL
w
Ir
w
M
C U N
Co (U
a
An U n
UE
m O a)
L
U C U
Ev N
O
O Vl
N
N mC
O N
m =2-0
a)
c a)
U
Cc:
o
N
°
CD NE
m
rn
n O O
in CL
N N
m �m
a) E 0-0
3 n a�
T= O U
O a)C
U O. cu,O
yv E o
m�a)m
L C L C
a) (D
.r-
0 0 6
c
o>om
:o n .n n
m
C L N
N
C
a)
L
a)
Co
M v
m °)
w
O
_
d n
w c� r a)
a) a)
C m
m
a
m
C N N
m N a)
0) L E
C N O
F
O
�� m (C: a
O V C
C
r V
N n N
n N« n
a) Mc,3"
E 2
0a°'i�
y m
>om mai
O C
a2' C
N
oZ
0 C.L.. '00 'C A
°-E
C
m N._ L- a) (n
a)
—
m
o L
(a
�mN
0
a) O U m 2 m
�c� one
N '.
�� m
,
N CLQYCU
0�
O E
a) N Q
UU
W
z
T o m
CL T N
m m'O—
m e N-
E N a -j
E c o 0 0 7 U p
T
m m
O — -
_
U
LD
� m �� mm c
a) a)
N N
.O
A_- O)
m
c cL m
a) 7 0'°
y C .D Cl. 0) m
O N a) .mw m
UmL
a
0) 3U
C Tm
a) '0 U
Ama)N
I--
Q
T��
O U �[ a L N m
a
mw
mo
>��a
o�°e3 cm
z❑z
o¢
z
0 Ln a)c
2Lom cu p�
N
c
.L.. m
m
U NNCm
`� o'E °,O
U N
g
N
m Can
o timn�
L$ L �a
°
n
�c
v aci °
�cM�
w
EL
u0�'3
cac`cE n�N�
'E o
a)
0
o _ cm
pp a) ° a) c ..
02 c
p
r�
W
w -80U m O.O 01
CD
w°
0 a)
2 0 o
c
OF
a
m
>a
12 r a)d
C m`
D ww 3 E m
j N a N U C J F-
m
d
C Z
o t`o
N
U onwm
W W
20
a,a,oE >Qoc
CD
i-:
0
U Y N �,
o
N T.J
aLm
N O1 C ° n c m
m. `o ❑camn
m of
C
nE
= O
ani 3 ami `m m E w
L y C O N m 0
a)
cn n
O m
NN
c
m L N r
O Ya N m (n O -..L)
�m°1c
N
C_ p •�
>, a)
N(0C
0-00 a) « N n
a) 0
0 a)
a) a)
cN= U)
LU
>o
z
ro m ami n3 d a
nNcaO CUprn
N
? m n
—
_ pm
_
p n E
m m 7N
a cn o
c E m c c m °
m
a Em
I
O
mon'F, m 5 ami
T F-
.p
c 3
o
iu� w
4am
L Cw L m
~m�L F-
❑
N F
w� W
N U c v la Cl
L
CL
mEc��
Z U
w
v
ma
3 mC@
umOL . co-'§
L
�w
N
w W
Q cn
z
O
0
m FU
Q
wcn0
xof
LL a.
o J
F
W
>-
<
<
¢_
zIr�
�?
0ow
00O
O
F
QU
M
W
U—F
LUQ
X
n F- Ul
W
QOCO
w
0 F
F-
QZ
❑
CW
J
Y
<
Q
z x
3 U F -
Q
w
2
UW
LU CO
Ir
z
F f=/)O
U)
z
ILg
0
w
O
w
CL
(L
Q
O
O
�a
w
Q
U)
F-
M
w
z
w
M
w
CD
z_
E
LL
w
Ir
w
M
C U N
Co (U
a
An U n
UE
m O a)
L
U C U
Ev N
O
O Vl
N
N mC
O N
m =2-0
a)
c a)
U
Cc:
o
N
°
CD NE
m
rn
n O O
in CL
N N
m �m
a) E 0-0
3 n a�
T= O U
O a)C
U O. cu,O
yv E o
m�a)m
L C L C
a) (D
.r-
0 0 6
c
o>om
:o n .n n
m
C L N
N
C
a)
L
a)
Co
M v
m °)
O
_
d n
w c� r a)
a) a)
C m
m
a
m
C N N
m N a)
0) L E
C N O
a)
°
�� m (C: a
O V C
C
r V
N n N
n N« n
a) Mc,3"
E 2
0a°'i�
y m
>om mai
O C
a2' C
N
0 C.L.. '00 'C A
°-E
C
m N._ L- a) (n
a)
—
m
o L
(a
�mN
a) O U m 2 m
�c� one
N '.
�� m
,
N CLQYCU
CL
O E
a) N Q
a) .p « -- m a) m
o -°
T o m
CL T N
m m'O—
m e N-
E N a -j
E c o 0 0 7 U p
T
m m
O — -
_
� m �� mm c
a) a)
N N
.O
A_- O)
m
c cL m
a) 7 0'°
y C .D Cl. 0) m
O N a) .mw m
UmL
a
0) 3U
C Tm
a) '0 U
Ama)N
T��
O U �[ a L N m
a
mw
mo
>��a
o�°e3 cm
E
° Cu °
3
0 Ln a)c
2Lom cu p�
N
c
.L.. m
m
U NNCm
`� o'E °,O
5 m m
7 m .L... N a)
E c
N
m Can
o timn�
L$ L �a
°
n
�c
v aci °
�cM�
u0�'3
cac`cE n�N�
'E o
a)
0
o _ cm
pp a) ° a) c ..
02 c
p
m� T
O c N(n
w -80U m O.O 01
CD
w°
0 a)
2 0 o
c
m e m 0 S
me c0
a
m
>a
12 r a)d
C m`
D ww 3 E m
j N a N U C J F-
m
d
C Z
o t`o
N
U onwm
a,a,oE >Qoc
CD
i-:
0
U Y N �,
o
N T.J
aLm
N O1 C ° n c m
m. `o ❑camn
m of
C
nE
ncCa�cn
T 7 (p
ani 3 ami `m m E w
L y C O N m 0
a)
cn n
O m
NN
c
m L N r
O Ya N m (n O -..L)
�m°1c
O N
C_ p •�
>, a)
N(0C
0-00 a) « N n
a) 0
0 a)
a) a)
cN= U)
ro m ami n3 d a
nNcaO CUprn
N
? m n
—
_ pm
_
p n E
m m 7N
a cn o
c E m c c m °
m
a Em
N3In
mon'F, m 5 ami
T F-
.p
c 3
o
iu� w
4am
L Cw L m
~m�L F-
N C
w� W
N U c v la Cl
L
CL
mEc��
v�'- me
v
ma
3 mC@
umOL . co-'§
U)
z
ILg
0
w
O
w
CL
(L
Q
O
O
�a
w
Q
U)
F-
M
w
z
w
M
w
CD
z_
E
LL
w
Ir
w
M
C U N
Co (U
a
An U n
UE
m O a)
L
U C U
Ev N
O
O Vl
N
N mC
O N
m =2-0
a)
c a)
U
Cc:
o
N
°
CD NE
m
rn
n O O
in CL
N N
m �m
a) E 0-0
3 n a�
T= O U
O a)C
U O. cu,O
yv E o
m�a)m
L C L C
a) (D
.r-
0 0 6
c
o>om
:o n .n n
m
C L N
INSTRUCTIONS FOR
FORM WH -347
Exhibit D
HUD FORM 4010
Pickleweed Park Playground Fencing Project Up to $175,000 Contract
City Project #: 11327 Subcontractor List
Approved by City Attorney, dated <insert date>
Federal Labor Standards Provisions
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:
U.S. Department of Housing
and Urban Development
Office of Labor Relations
(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)(13) of the Davis -bacon Act) daily and
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.)
(it) (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
http://ivt4,w.dol.gov/esa/�vhd/forms/tvh347instr.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.)
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
(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 for each
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 seg.
(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 (0612009)
Page 5 of 5 ref. Handbook 1344.1
RAP,
y z
o
TY VVITH P
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Theo Sanchez Extension: 5326
Contractor Name: All Steel Fence, Inc.
Contractor's Contact: Denise M. Cornell Contact's Email: gotfence@allsteelfenceinc.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
11/14/2019
Attorney c/o Laraine.Gittens@cityofsanrafael.org
® IK
2
City Attorney
a. Review, revise, and comment on draft agreement
11/22/2019
x❑ LG
and return to Project Manager
11/22/2019
❑x LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
Approval of final agreement form to send to
11/25/2019
© BG
3
_
Department Director
contractor
4
Project Manager
Forward three (3) originals of final agreement to
11/25/2019
❑x IK
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
❑ N/A
agendized for City Council approval
*City Council approval required for Professional Services
❑
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
1/16/2020
IK
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
(h7
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
o'
official
LU
10
City Clerk
Attest signatures, retains original agreement and
113 0
forwards copies to Project Manager
N20