Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW RTSE Project Re-BidC,ry C'1�,,,
'n. 1� 0,4
Agenda Item No: 5.a
Meeting Date: October 19, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Dean Allison,
Director of Public Works
City Manager Approval:
File No.: 18.01.76
TOPIC: AWARD A CONTRACT FOR THE REGIONAL TRANSPORTATION SYSTEM
ENHANCEMENTS REBID PROJECT.
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE REGIONAL TRANSPORTATION SYSTEM
ENHANCEMENTS REBID PROJECT, CITY PROJECT NO. 11237, TO GHILOTTI
BROTHERS, INC., IN THE AMOUNT OF $2,748,357.00.
RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the
construction contract to Ghilotti Brothers, Inc., in the amount of $2,748,357.00.
BACKGROUND: Sonoma -Marin Area Rail Transit (SMART) is constructing a new commuter rail train
to downtown San Rafael with operations beginning in 2016. Ultimately, the rail will continue through
San Rafael to Larkspur. The new rail station, which is partially complete at this time, will be located
between Third and Fourth Streets.
The new rail system in downtown San Rafael will have a profound impact on traffic patterns. There has
been no rail service in San Rafael for more than 35 years. The City's infrastructure has grown and
evolved during that time, making it one of the busiest local areas in Marin County. In anticipation of
SMART rail service and construction of a station, the Public Works Department initiated the Regional
Transportation System Enhancements (RTSE) project to prepare San Rafael's downtown transportation
system for upcoming rail operations. The City's existing traffic signal system is not equipped to work
together with the future SMART rail system. Upgrading the majority of the system to include rail pre-
emption is essential for bicycle, pedestrian and vehicular safety as well as overall efficiency of the
downtown roadway network.
Staff applied for and received Congestion Mitigation and Air Quality (CMAQ) funds through the One
Bay Area Grant (OBAG) program for this project, which involves two major components: traffic signal
upgrades and civil improvements. This project was specifically identified in the San Rafael's 2012
Downtown Station Area Plan as a "High" priority.
FOR CITY CLERK ONLY
File No.: —/ -6 7�/
Council Meeting:
Disposition:
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
Traffic signal improvements include:
■ Install fiber optic cables to increase the reliance and speed at which the traffic signal controllers
communicate;
• Upgrade 14 traffic signal controllers and cabinets to allow cross communication between traffic
signal controllers and rail signal controllers;
■ Install count -down pedestrian signal heads at four signalized intersections;
■ Upgrade and relocate traffic signal equipment at three intersections to achieve ADA compliance;
■ Upgrade service enclosures at seven signalized intersections; and
■ Install extinguishable message signs (EMS) and traffic operations video surveillance equipment.
Accessibility improvements include:
■ Install 27 Americans with Disabilities Act (ADA) compliant curb ramps; and
■ Widen the sidewalk on Hetherton Street between Third and Fourth Streets
On February 18, 2014, the City Council adopted Resolution number 13680 authorizing the Director of
Public Works to enter into an agreement with Kimley-Horn and Associates, Inc., to design the project and
to complete environmental clearance documents.
As part of the environmental clearance phase of the project, the City coordinated with Caltrans' Office of
Local Assistance regarding the high sensitivity for prehistoric and historical archaeological resources.
Caltrans directed the City to conduct extensive subsurface exploration to identify and catalog cultural
resources which might be located within the project limits.
Following extensive review by Caltrans and the State Historic Preservation Office (SHPO), the project
was determined to have no significant effect on the environment and is categorically exempt from
environmental document requirements under the National Environmental Policy Act (NEPA) and the
California Environmental Quality Act (CEQA). The Notice of Exemption (NOE) was filed at the Marin
County Clerk's Office on April 13, 2015.
The entire length of Hetherton Street is located within Caltrans right-of-way. Although San Rafael has a
maintenance agreement for this street, Caltrans required the City to obtain an encroachment permit as this
project will include installation of new permanent street improvements. Between August 2014 and May
2015, the City coordinated multiple rounds of comments and revisions with Caltrans' Office of Permits.
The encroachment permit was issued on May 14, 2015.
Following environmental clearance, the City coordinated with private utility companies regarding
relocations and/or adjustments to private facilities (e.g., relocation of a PG&E electrical box, relocation of
an MMWD water meter, etc.). Subsequently, the City obtained right-of-way clearance on May 20, 2015,
and on July 24, 2015, the City received authorization to bid and construct the project.
As noted previously, this project will modify existing traffic signals near the new SMART train station.
As part of the design phase, City staff identified new traffic signal equipment to meet the needs of the
City and SMART. The proposed traffic signal equipment system includes new traffic signal controllers,
controller cabinets, railroad pre-emption capabilities, intersection -to -intersection communication
capabilities, battery backup capabilities, and the installation of a new traffic monitoring system at Public
Works. These upgrades will allow cross communication between traffic signal controllers and SMART
rail signal controllers, communication between the traffic signal network, and communication with the
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
traffic monitoring center, all of which enhances bicycle, pedestrian and vehicular safety while minimizing
downtown roadway network traffic and operational impacts.
To ensure compatibility between the City's existing traffic signal system and the necessary upgrades to
accommodate rail pre-emption, the City Council adopted Resolution number 13872 on February 2, 2015,
and Resolution number 13900 on April 6, 2015, accepting proposals from Econolite Control Products,
Inc., for the procurement of traffic signal controller cabinets and equipment.
The recently completed Puerto Suello Hill to Transit Center Multi -Use Pathway Connector Project
included improvements to the signal systems on Hetherton Street from Mission Avenue to Fourth Street.
These three signal systems are compatible with the new RTSE network and will be linked together with
the 14 new signals targeted by this project. Conduits which link the three signals together were installed
during the Puerto Suello multi -use project and will be utilized with the RTSE project.
A multi -modal study, which reviews whether all modes of travel have been reviewed and accommodated
by the project, was completed on July 15, 2015. This study addressed accessibility issues, bicycle travel,
pedestrian and vehicle concerns within the project area.
This project was initially advertised on July 31, 2015. On August 27, 2015, one sealed bid, submitted by
Ghilotti Brothers, Inc. in the amount of $3,449,545 was publicly opened and read aloud. On September 8,
2015, the San Rafael City Council rejected the one bid received and instructed staff to re -advertise the
project. Following this action by the City Council, the Department of Public Works performed the
following tasks:
Reviewed all civil work originally advertised to determine if portions could be removed from the
scope of work and constructed at a future point in time;
Reviewed which fiber optic equipment could be City -furnished thereby eliminating contractor
mark-ups and ensuring the best possible price for the product is secured; and
Compared Ghilotti Brothers' unit cost for each item of work to the engineer's estimate to see if
modifications to the engineer's estimate unit prices are needed in relationship to the current
bidding climate.
Civil Scope of Work
Public Works staff reviewed the original RTSE construction plans for work to identify items which may
be postponed and constructed in the future. It was identified that the pedestrian improvements (i.e.,
concrete curb, gutter, sidewalk, curb ramps, etc.) on the south side of Fourth Street between Hetherton
Street and West Tamalpais Avenue could be removed from the contract to reduce overall project costs.
Removal of this portion of civil work reduced the overall construction contract by approximately
$100,000.
This concrete work will be constructed as part of the proposed queue cutter signal installations at the
railroad tracks on Fourth Street, Fifth Avenue, and Mission Avenue. The queue cutter signal project is
currently under review by the California Public Utilities Commission (CPUC). Public Works will
advertise the queue cutter project as soon as CPUC approval is obtained and the bid documents are
finalized. It is likely that construction of the queue cutter project will occur concurrently with the RTSE
project. The queue cutter signals were not included in the RTSE project due to the extensive coordination
required with the CPUC, which would have delayed advertising the RTSE project had these signals been
included.
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4
Fiber Optic Equipment Scope of Work
Public Works staff reviewed the original RTSE construction plans to identify fiber optic equipment which
may be furnished by the City and installed by the Contractor. It was identified that the City could furnish
the fiber optic network switches for contractor installation and that by purchasing this equipment directly,
the project would benefit from a net savings of $298,000 from the original bid.
In addition, removing from the bid the installation of the fiber optic patch panels, which already have
been installed in the cabinets by the product supplier, also reduces the immediate cost of this contract by
$9,000, which was reflected in the rebid documentation.
Engineer's Estimate
Over the last several months, the bidding climate has changed significantly. Public Works staff contacted
contractors to determine current costs to construct civil and traffic improvements and re-evaluated the
engineer's estimate based on the information received. There is great consensus that the cost for public
works projects has increased across the Bay Area. Although this project scope of work was reduced
compared to the originally advertised documents, the engineer's estimate has been modified to reflect
current bidding conditions. We do not anticipate costs for projects to significantly decrease in the near
future as demand for contracting work increases.
In order to solicit more bidders, staff forwarded the bid package to builder's exchanges in the Sacramento
region; a process which is not usually utilized to advertise our projects. Furthermore, Public Works staff
contacted local and regional contractors to ensure they were aware of this re -advertised project and
encouraged them to submit a bid.
The project was re -advertised on September 14, 2015, and the following sealed bids were publicly opened
and read aloud on October 6, 2015, at 11:00 AM. The engineer's estimate for the re -advertised project
was $2,800,000.
NAME OF BIDDER AMOUNT
Ghilotti Brothers, Inc. $2,748,357.00
Ghilotti Construction Company $2,777,010.00
Tennyson Electric, Inc. $3,192,634.00
Shimmick Construction Company, Inc. $3,812,740.00
ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both
responsive and responsible. The low bid from Ghilotti Brothers, Inc. in the amount of $2,748,357.00 falls
within the allocated project budget.
Public Works has also compared the unit prices submitted on August 27, 2015, with the recently received
bids and found that some of the unit costs were reduced, which also shows an additional savings of
$240,000 to the City. There are many factors behind this reduction in cost, including the time of year the
bid was developed as well as current contractor work loads.
The timeline for this project is tight as a result of the need for the City's infrastructure upgrades to keep
pace with the SMART schedule. Upon opening bids, Public Works contacted SMART staff regarding
their schedule for dynamic testing. While SMART could not provide a specific date for their testing since
their rail system is under construction, they anticipate testing initiation between spring and summer 2016.
The contract documents for this project require completion within 120 working days. Should additional
time be needed due to unanticipated conditions encountered during construction, the duration could be
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 5
extended to 150 working days, or eight months. Assuming construction begins in November, 2015, and
assuming favorable weather throughout the rainy season, construction may not be completed until June,
2016, approximately the same time SMART will begin dynamic testing in San Rafael. Should SMART
begin dynamic testing prior to the City's completion of the RTSE project, traffic in the downtown area
may be significantly impacted.
As the project is within budget and must be completed prior to SMART testing, staff recommends that the
Council award this project to Ghilotti Brothers, Inc. Time is of the essence due to the adverse impacts to
traffic should the project lag behind SMART's schedule. Regardless, supplemental traffic mitigation
funds are recommended to complete the construction.
PUBLIC OUTREACH: Public Works staff has attended various meetings to inform the public about
the RTSE project, review its potential impacts on traffic during construction, and to provide updates on
SMART related construction activity in the downtown area. Meetings attended include:
• City Council meeting presentation on January 20, 2015;
• Federation of San Rafael Neighborhoods/North San Rafael Coalition of Residents meeting on
June 24, 2015;
• Bicycle and Pedestrian Advisory Committee (BPAC) on July 1, 2015;
• Economic Vitality Committee meeting on July 14, 2015; and
• Citizens Advisory Committee (CAC) meeting on August 6, 2015.
FISCAL EWACT: To date, $991,866.82 has been charged to this project for design, procurement of
traffic signal equipment, installation of communications conduit on Hetherton Street, document
reproduction, and oversight by a Native American monitor of the Federated Indians of Graton Rancheria
(FIGR) during environmental soil sampling.
The remaining project expenditures include the construction, Native American monitoring by FIGR
during construction, sampling and testing of construction materials, consultant provided construction
inspection services, PG&E construction for new services, and a recommended contingency of
approximately 15%. The total estimated project cost is $4,600,000.00. The following tables summarize
funding sources and expenses:
Funding Source
Funding Source
Amount
Note(s)
OBAG Grant
$1,900,000
Federal Congestion Management and Air Quality
(CMAQ) funds
(New appropriation)
Traffic Mitigation Funds, #246
$1,516,900
(New appropriation)
Traffic Mitigation Funds, #246
$528,835
(Funds previously appropriated)
Gas Tax Funds, #206
$654,265
(Funds previously appropriated)
Total Available Funds
$4,600,000
Expenses
Category -Eden Expense Code
Amount
Note(s)
Alread Charged Expenses
Design -01
$384,967.52
Kimley-Horn and Associates, Inc.
Design -01
$1,475.56
Native American monitoring during
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 6
Category -Eden Expense Code
Amount
Note(s)
environmental clearance
Construction -02
$41,037.00
Communication conduit installation on
Hetherton by Ghilotti Brothers, Inc.
Construction -02
$3,986.15
Document reproduction
Construction -02
$1,300.00
SMART Right -of -Entry Permit
Equipment Purchase -07
$509,804.80
Econolite Control Products, Inc. (traffic signal
equipment)
Equipment Purchase -07
$49,295.79
Econolite Control Products, Inc.
(fiber optic equipment)
Remaining Expenses
Design -01
$14,000.00
Anticipated Additional Design Costs
Design -01
$4,000.00
Design Costs for Rebid
Construction -02
$2,748,357.00
Base bid contract amount
Construction -02
$404,776.18
Construction contingency (Approx. 15%)
Construction -02
$75,000.00
Estimated PG&E engineering and construction
fees for traffic signal services
Construction -02
$30,000.00
Estimated miscellaneous construction services
(i.e., materials testing and Native
American/archaeologist monitoring)
Construction -02
$250,000.00
Estimated consultant construction inspection, and
design support cost. *
Equipment Purchase -07
$82,000.00
Estimated miscellaneous expenses (i.e., batteries,
server hardware, permit fees, etc.)
Total Expenses
$4,600,000.00
* Public Works staff will be significantly involved with this project. Consultant furnished construction
inspectors will assist and augment our staff; however, the complexity of the project will require several
representatives from the City as well as the consultant to be involved with the work.
OPTIONS:
1. Adopt the resolution awarding the contract to Ghilotti Brothers, Inc., the lowest responsive and
responsible bidder, in the amount of $2,748,357.00. If this option is chosen, construction will
commence as soon as possible.
2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding
will delay construction by approximately two months, not guarantee a lower bid is received, and
will result in increased traffic downtown near the SMART station should SMART begin
dynamic testing of the train before the City can install the necessary traffic signal upgrades.
3. Do not award the contract and direct staff to stop work on the project. This option will result in
the loss of rail coordination capabilities and may result in additional traffic impacts to the
downtown area once SMART service begins; it will also result in the loss of $1,900,000 in grant
funds.
ACTION REQUIRED: Adopt the resolution awarding the construction contract to Ghilotti Brothers,
Inc., in the amount of $2,748,357.00.
Enclosures: Resolution
Agreement
RESOLUTION NO. 14028
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE REGIONAL TRANSPORTATION SYSTEM
ENHANCEMENTS REBID PROJECT, CITY PROJECT NO. 11237, TO GHILOTTI
BROTHERS, INC., IN THE AMOUNT OF $2,748,357.00.
WHEREAS, on the 6`h day of October, 2015, pursuant to due and legal notice published
in the manner provided by law, inviting sealed bids or proposals for the work hereinafter
mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of
the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly
open, examine, and declare all sealed bids or proposals for doing the following work in said City,
to wit:
"Regional Transportation System Enhancements Rebid Project"
City Project No. 11237
In accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Ghilotti Brothers, Inc., at the unit prices stated in its bid was and
is the lowest and best bid for said work and said bidder is the lowest responsible bidder.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The bid of Ghilotti Brothers, Inc., is hereby accepted at said unit prices and that
the contract for said work and improvements is hereby awarded to Ghilotti
Brothers, Inc., at the unit prices mentioned in said bid.
2. The City Manager and the City Clerk of said City are authorized and directed to
execute a contract with Ghilotti Brothers, Inc., in a form approved by the City
Attorney, for said work and to return the bidder's bond upon the execution of said
contract.
3. Funds totaling $1,900,000 will be appropriated for City Project No. 11237, from
One Bay Area Grant (OBAG).
4. Funds totaling $1,516,900 will be appropriated for City Project No. 11237, from
Traffic Mitigation Fund #246.
5. The City Manager is hereby authorized to take any and all such actions and make
changes as may be necessary to accomplish the purpose of this resolution.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the
City Council of said City held on Monday, the 19`h day of October, 2015 by the following vote,
to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS:
ABSENT: COUNCILMEMBERS:
-
ESTHER C. BEIRNE, City Clerk
File No.: 18.01.76
City of San Rafael ♦ California
Form of Contract Agreement
For
Regional Transportation System Enhancements Rebid Project
City Project No. 11237
This Agreement is made and entered into this 1417%4 day of _.AJV.l1.&4J&R .7olsby and between the City of
San Rafael (hereinafter called "City") and Ghilotti Bros., Inc., (hereinafter called "Contractor"). Witnesseth, that
the City and the Contractor, for the considerations hereinafter named, agree as follows:
1- Scope of the Work
Tile Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to
perform all of the work described in the plans and specifications for the project entitled: Regional Transportation
System Enhancements Rebid Project, City Project No. 11237, all in accordance with the Specifications and
Contract Documents dated September 2015, which are hereby made a part of this Agreement. The Contractor
further agrees to abide by the federal minimum wage rates and Required Contract Provisions for Federal -Aid
Construction Contracts attached hereto as Attachments A and B, respectively.
11- Time of Completion
(a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS
after the date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed, including all punchlist work, within ONE HUNDRED TWENTY (120)
WORKING DAYS and with such extensions of time as are provided for in the General Provisions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and
extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by
reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each
and every calendar day's delay in finishing the work in excess of the number of working days prescribed above; and
the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any moneys due or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total
number of each of the units of work in the following schedule completed at the unit price stated.
The number of
units contained in this schedule is approximate only, and the final payment shall be made for the actual number of
units that are incorporated in or made necessary by the work covered by the Contract.
...................... .....
ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE
QUANTITY
—..._._...... _.............................
TOTAL PRICE
1' Mobilization 1 LS e $78,000.00
...............................................................................................................................................__._...._.................................................................................................................................................................................. ................
$"78,000,00
2. $330,000.00 _
Signs and Traffic Control 1 LS @
............................._..........®........................................................................_..........__.................................
5330,000.00
3. Clearinm and Grubbing 1 LS @ $309,197.00 —
S309,197.00
4. $215.00 _
A...re ate Base (Class 2) 250 TON @ —
S53,750.00
5. Minor Concrete - Minor Structures
Page 1 of 6
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
a. Type A Curb and Gutter
575
LF
$87.00
$50,025.00
b. Modified Type A_Curb and Gutter
40
LF
(41
$100.00
$4,000.00
c. Type A2-6 Curb and Gutter
260
LF
(d(
$97.00
$25,220.00
d. 6-inch Thick PCC Driveway
250
SF
$33.00
$8,250.00
e. 4-inch Thick PCC Sidewalk (Type A/B) -
8,400
SF
$17.00
$142,800.00
Gray
f. 4-inch Thick PCC Stamped Sidewalk
80
SF
$33.00
$2,640.00
g. L-Retaining Curb
230
LF
Vii,
$99.00
$22,770.00
h. 6" Tall Retaining Curb
50
LF
$55.00
$2,750.00
i. Curb Ramp - Case A/Modified A
21
EA
$4,000.00
$84,000.00
j. Curb Ramp — Case B
I
EA
(T)
$4,200.00
$4,200.00
k. Curb Ramp --Case C/Modified C
3
EA
$4,100.00
$12,300.00
I. Curb Ramp --Case F
2
EA
$3,700.00
$7,400.00
m. City Type A Storm Drain Manhole
2
EA
$7,000.00
$14,000.00
n. Type E Catch Basin
4
EA
$6,000.00
$24,000.00
o. Modified Type E Catch Basin
2
EA
(0;
$5,000.00
$10,000.00
p. Type GO Catch Basin
2
EA
(q,)
$5,500.00
1 $11,000.00
q. Type G3 Catch Basin
I
EA
(ri)
$5,500.00
$5,500.00
r. Re-deck Turning Structure (3'd /Hetherton)
I
LS
((i)
$8,500.00
$8,500.00
s. Re-deck Catch Basin (3 d/IrWin)
I
LS
(�Ii)
$4,500.00
$4,500.00
t. Reconstruct Catch Basin To (3'd/Lincoln)
I
LS
(f
$4,000.00
$4,000.00
u. Cap Existing Catch Basin
2
EA
$1,600.00
$3,200.00
6.
Hot Mix Asphalt
400
TON
$460.00
$184,000.00
7.
Storm Drain Pipe
a. RCP (12" Class V)
270
LF
10,
$444.00
$119,880.00
b. RCP (18" Class V)
65
LF
(4
$555.00
$36,075.00
c. Sidewalk Underdrain (3" PVC)
I
LS
$800.00
$800.00
8.
1 Pedestrian Barricades
T
Page 2 of 6
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
a. Install New Pedestrian Barricade—
3
EA
@
$1,000.00
$3,000.00
b. Relocate
2
EA
$700.00
$1,400.00
c. Remove and Reinstall (Surface Mount)
Existing Pedestrian Barricade
2
EA
(0�
$700.00
$1,400.00
9.
A0just Existing Facilities to Grade
—
--1-
Ad ust City SID Manhole Cover
4
EA
(i,,)$900.00
$3,600.00
—1.
b. Adjust Sewer Cleanout Box and Cover
3
EA
Ali
$500.00
$1,500.00
c.$900.00
�Adust Manhole �Cover..
I
EA
$900.00
_SRSD
d. Adjust MMWD Gate Valve Cover
2
EA
(011
$500.00
$1,000.00
10.
Electrical Systems
a. Traffic Signal Modifications:
,)nd and Lincoln
I
LS
(A
$12,000.00
$12,000.00
2nd and Tamal ais
I
LS
$7,500.00
$7,500.00
2 "d and Hetherton
I
LS
$37,000.00
$37,000.00
2 "d and Irwin
I
LS
(a)
$61,000.00
$61,000.00
3 ,d and Lincoln
I
LS
(q�
$40,180.00
$40,180.00
3`d and Tamalpais
I
LS
(ill)
$52,000.00
$52,000.00
3rd and Hetherton
I
LS
Cq,�
1 $37,000.00
$37,000.00
3`d and Irwin
I
LS
@
$72,000.00
$72,000.00
4t" and Lincoln
I
LSA,
$29,000.00
$29,000.00
4`h and Irwin
I
LS
@
$42,000.00
$42,000.00
5`h and Lincoln
I
LS
$6,000.00
$6,000.00
5'h and Irwin
I
LS
4
$6,000.00
$6,000.00
Mission and Lincoln
I
LS
$6,500.00
$6,500.00
Mission and Hetherton
I
LS
(u,)
$6,500.00
$6,500.00
Mission and Irwin
I
LS
$50,000.00
$50,000.00
b. Hetherton Street Lighting
I
LS
cd,$38,000.00
$38,000.00
11.
Communications System
I
—
Page 3 of 6
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
a. Install 3" Communications Conduit
8,000
LF
(T)
$37.00
$296,000.00
b. Install Fiber Splice Pull Box with
19
EA
(q�
$2,000.00
$38,000.00
Extension
—
c. Install No. 6 Pull Box with Extension
20
EA
(a,
$1,180.00
_
$23,600.00
d. Install Fiber Optic Cable (144 strand) in
12,000
LF
(u;
$4.00
$48,000.00
New Conduit
e. Install Fiber Optic Cable (48 strand) in
110
LF
ri'
$2.00
$220.00
New Conduit
f. Install Fiber Optic Cable (12 strand) in New
1800
LF
Pu,
$1.50
$2,700.00
Conduit
g. Install Fiber Optic Cable (144 strand) in
1,100
LF
dui
$4.00
$4,400.00
ExistingConduit
h. Install Fiber Optic Cable (48 strand) in
200
LF
(u
$2.00
$400.00
ExistingConduit
i. Install Fiber Optic Cable (12 strand) in
1,000
LF
�i,
$1.50
$1,500.00
ExistingConduit
'. Install Fiber Optic Splice Closure
21
EA
(a,I
$2.300.00
$48,300.00
k. Perform and Test Fiber Splices and
420
EA
(u
$70.00
$29,400.00
Terminations
I. Install City-Furnished Fiber Optic Network
22
EA
(u
$200.00
$4,400.00
Switches
m. Install Signal Interconnect Cable in
4,500
LF
(a)
$2.00
$9,000.00
Existing Conduit
n. Install Punchdown Block in Cabinet
9
EA
c,
$150.00
$1,350.00
o. Install City-Furnished Ethernet Extender in
$550.00
$1,650.00
Cabinet
3
EA
n
12.
Variable Message Signs
4
EA
$14,500.00
$58,000.00
13.
Roadside Signs
a. Relocate Existing Sign(s) to New Post
15
EA
41,,
$350.00
$5,250.00
b. Remove and Reinstall Wayfinding Sin
2
EA
lal
$1,200.00
$2,400.00
c. Relocate Existing Sign(s) to Existing
I
EA
(0
$500.00
$500.00
Luminaire
"''
14.
Traffic Stripes and Pavement Markings
a. Pavement Markings
1,900
SF
li;
$6.70
$12,730.00
Page 4 of 6
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
b. Paint Curb Red
1,300
LF
$1.40
$1,820.00
15.
Landscape Improvements
T—
a. Hetherton Street (3`d St to 4'h St)
1
LS
(cel
$63,000.00
$63,000.00
Improvements
b. Irwin Street (2"d St to 3`d St) Restoration
I
LS
$13,500.00
$13,500.00
Federal Trainee Pro ram
1
LS
:$4,:000:0:4:16.
$4,000.00
GRAND TOTAL BID $2,748,357.00
V - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an
estimate covering the total quantities under each item of work that have been completed from the start of the
job up to and including the 25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together with such supporting
evidence as may be required by the City and/or Contractor .
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments
made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the
filing of the notice of completion and acceptance of the work by the Public Works Department.
(d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without
retention of any portion of the payment by the public agency, by depositing securities of equivalent value with
the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities,
if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of
the securities shall be final.
V1 - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall
within 5 days make such inspection, and when he finds the work acceptable under the Contract and the
Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that
the work required by this Contract has been completed and is accepted by him under the terms and conditions
thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid
to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of
said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls,
material bills, and other indebtedness connected with work have been paid, except that in case of disputed
indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to
the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has
not already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 509f0 of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and
without terminating the Contract, make payment of the balance due for that portion of the work fully completed
and accepted.
Page 5 of 6
Such payment shall be made under the terms and conditions governing final payment, except that it shall not
constitute a waiver of claims.
VII - Assignment of Warranties; Waiver of Subrogation
(a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by
or reasonably obtainable from the manufacturers or suppliers of equipment, material or fixtures that Contractor
has installed or provided in connection with the work performed under this Agreement.
(b) Contractor hereby agrees to waive and arrange by contract for its subcontractors to waive any subrogation
rights which any insurer of Contractor or its subcontractors might otherwise acquire in connection with the
insurer's payment to Contractor or its subcontractors of any insured loss with respect to work performed under
this Agreement. Contractor further agrees to obtain and to arrange for its subcontractors to obtain for City's
benefit any endorsements from insurers that may be necessary to effect such waiver of subrogation.
Specifically, any worker's compensation insurance policies of the Contractor or its subcontractors shall be
endorsed with a waiver of subrogation in favor of City for any work performed by Contractor or its
subcontractors under this Agreement, and copies of such endorsements shall be provided to City.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST: CITY OF SAN RAFAEL:
-12
Esther C. Beirne Jig Schu .
City Clerk City Man ger
APPROVED AS TO FORM: GHILOTTI BROTHERS, INC.
Robert F Epstein Printed. Name:, ._ ...._.
City Attorney Title.
I'llFA oN..11Il� ,ryuri.
, 1
File No.: 18.01.76
Page 6 of 6
9/25/2015 www.wdol.govtwdol/scafiles/davisbacoNCAg.dvb?v=16
General Decision Number: CA150009 09/25/2015 CA9
Superseded General Decision Number: CA20140009
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: Executive Order (EO) 13658 establishes an hourly minimum
wage of $10.10 for 2015 that applies to all contracts subject
to the Davis -Bacon Act for which the solicitation is issued on
or after January 1, 2015. If this contract is covered by the
EO, the contractor must pay all workers in any classification
listed on this wage determination at least $10.10 (or the
applicable wage rate listed on this wage determination, if it
is higher) for all hours spent performing on the contract. The
EO minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number
0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
ASBE0016-001 01/01/2014
Publication Date
01/02/2015
01/16/2015
01/23/2015
01/30/2015
02/13/2015
02/20/2015
03/27/2015
04/17/2015
05/01/2015
06/05/2015
06/19/2015
07/10/2015
07/17/2015
07/31/2015
08/14/2015
08/28/2015
09/25/2015
AREA 1: MARIN, NAPA, SAN BENITO, SAN FRANCISCO, SOLANO, &
SONOMA COUNTIES
AREA 2: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN,
MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA,
httpltwww.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 1/42
9/25/2015 www.wdol.govtwdol/scaflies/davisbacorVCA9.dvb?v= 16
SISKIYOU, SUTTER, TEHEMA, TRINITY, YOLO, & YUBA COUNTIES
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
Protective Coverings,
Coatings, and Finishes to all
types of mechanical systems)
Area 1 ......................$ 57.15 18.72
Area 2 ......................$ 44.05 18.62
ASBE0016-007 01/01/2015
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 ......................$ 28.30 7.75
AREA 2 ......................$ 32.38 7.75
B0IL0549-002 01/01/2013
Rates Fringes
BOILERMAKER
(1) Marin & Solano Counties.$ 42.06 33.43
(2) Remaining Counties ...... $ 38.37 31.32
----------------------------------------------------------------
BRCA0003-001 08/01/2013
Rates Fringes
MARBLE FINISHER ..................$ 28.05 14.01
----------------------------------------------------------------
BRCA0003-004 05/01/2013
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
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 2/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacoNCA9.dvb?v=16
Rates Fringes
BRICKLAYER
AREA 1 ......................$ 36.48 19.59
AREA 2 ......................$ 39.96 23.79
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 $1.25 per hour above
the regular rate.
----------------------------------------------------------------
BRCA0003-008 07/01/2013
Rates Fringes
TERRAZZO FINISHER ................$ 33.15 13.93
TERRAZZO WORKER/SETTER ........... $ 39.95 24.39
----------------------------------------------------------------
BRCA0003-010 04/01/2014
Rates Fringes
TILE FINISHER
Area
1 ......................$
22.58
10.04
Area
2 ......................$
22.58
12.50
Area
3 ......................$
22.76
12.37
Area
4 ......................$
22.26
11.85
Tile Layer
Area
1 ......................$
38.13
11.98
Area
2 ......................$
36.43
13.74
Area
3 ......................$
40.59
13.79
Area
4 .................. ..$
37.46
13.74
AREA 1: Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc,
Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Sutter,
Tehema, Yolo, Yuba
AREA 2: Alpine, Amador
AREA 3: Marin, Napa, Solano, Siskiyou
AREA 4: Sonoma
----------------------------------------------------------------
BRCA0003-014 08/01/2013
Rates Fringes
MARBLE MASON .....................$ 39.30 22.48
----------------------------------------------------------------
CARP0034-001 07/01/2014
Rates Fringes
Diver
http://www.wdol.gov/wdol/scafiles/davisbacordCAg.dvb?v=16 3/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
Assistant Tender, ROV
Tender/Technician
........... $
39.60
30.73
Diver standby ...............$
44.56
30.73
Diver Tender ................$
43.56
30.73
Diver wet ...................$
89.12
30.73
Manifold Operator
(mixed
gas) ........................$
48.56
30.73
Manifold Operator
(Standby).$
43.56
30.73
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:
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
$1.00 per foot.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
----------------------------------------------------------------
CARP0034-003 07/01/2014
Rates Fringes
Piledriver .......................$ 40.60 30.73
CARP0035-001 08/01/2014
AREA 1: MARIN, NAPA, SOLANO & SONOMA
AREA 3: SACRAMENTO, WESTERN EL DORADO (Territory west of an
including highway 49 and the territory inside the city limits
of Placerville), WESTERN PLACER (Territory west of and
including highway 49), & YOLO
AREA 4: ALPINE, BUTTE, COLUSA, EASTERN EL DORADO, GLENN,
LASSEN, MODOC, NEVADA, EASTERN PLACER, PLUMAS, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHAMA, TRINITY, & YUBA
Rates Fringes
Drywall Installers/Lathers:
Area 1 ......................$ 40.35 27.97
hffp://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v= 16
4/42
9/25/2015
www.wdol.gov/wdol/scafi les/davisbacon/C A9.dvb?v=16
Area 3 ......................$
34.97
27.97
Area 4 ......................$
33.62
27.97
Drywall Stocker/Scrapper
40.35
27.53
Area 1 ......................$
20.18
16.30
Area 3 ......................$
17.49
16.30
Area 4 .............. ......$
16.81
16.30
----------------------------------------------------------------
CARP0035-009 07/01/2014
20.71
18.31
Marin County
Rates Fringes
CARPENTER
Bridge Builder/Highway
23.36
18.31
Carpenter ...................$
40.35
27.53
Hardwood Floorlayer,
26.81
18.81
Shingler, Power Saw
$ 31.03
18.81
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
20.71
18.31
Filer .......................$
40.50
27.53
Journeyman Carpenter ........
$ 40.35
27.53
Millwright ..................$
40.45
29.12
----------------------------------------------------------------
CARP0035-010 07/01/2014
AREA 1: Marin, Napa, Solano & Sonoma Counties
AREA 2: Monterey, San Benito and Santa Cruz
AREA 3: Alpine, Butte,, Colusa, El Dorado, Glenn, Lassen, Modoc,
Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou,
Sutter, Tehama, Trinity, Yolo & Yuba counties
Rates Fringes
Modular Furniture Installer
Area 1
Installer I ................$
23.36
18.31
Installer II ...............$
19.93
18.31
Lead Installer .............$
26.81
18.81
Master Installer ...........
$ 31.03
18.81
Area 2
Installer I ................$
20.71
18.31
Installer II ...............$
17.76
18.31
Lead Installer .............$
23.68
18.81
Master Installer ...........
$ 27.31
18.81
Area 3
Installer I ................$
19.76
18.31
Installer II ...............$
16.99
18.31
Lead Installer .............$
22.56
18.81
Master Installer ...........
$ 29.58
18.81
CARP0046-001 07/01/2014
E1 Dorado (West), Placer (West), Sacramento and Yolo Counties
Rates Fringes
Carpenters
http://www.wdol.gov/wdol/scaflies/davisbacorVCA9.dvb?v=16 5/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v- 16
Bridge Builder/Highway
Carpenter ...................$
40.35
27.53
Hardwood Floorlayer,
Shingler, Power Saw
40.35
27.53
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
34.62
27.53
Journeyman Carpenter ........
$ 34.47
27.53
Millwright ..................$
36.97
29.12
Footnote: Placer County (West) includes territory West of and
including Highway 49 and E1 Dorado County (West) includes
territory West of and including Highway 49 and territory
inside the city limits of Placerville.
----------------------------------------------------------------
CARP0046-002 07/01/2014
Alpine, Colusa, E1 Dorado (East), Nevada, Placer (East),
Sierra, Sutter and Yuba Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
40.35
27.53
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
33.27
27.53
Journeyman Carpenter ........
$ 33.12
27.53
Millwright ..................$
----------------------------------------------------------------
35.62
29.12
CARP0152-003 07/01/2014
Amador County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
40.35
27.53
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
33.27
27.53
Journeyman Carpenter ........
$ 33.12
27.53
Millwright ..................$
I---------------------------------
35.62
29.12
------------------------------
CARP0180-001 07/01/2014
Solano County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$ 40.35 27.53
http://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=16 6/42
9/25/2015
www.wdol.gov/wdol/scafiiles/davisbacorJCA9.dvb?v=16
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$ 40.50 27.53
Journeyman Carpenter ........ $ 40.35 27.53
Millwright ................ .$ 40.45 29.12
CARP0751-001 07/01/2014
Napa and Sonoma Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
40.35
27.53
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
40.50
27.53
Journeyman Carpenter ........
$ 40.35
27.53
Millwright ..................$
40.45
29.12
----------------------------------------------------------------
CARP1599-001 07/01/2014
Butte, Glenn, Lassen, Modoc, Plumas, Shasta, Siskiyou, Tehama
and Trinity Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
40.35
27.53
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
33.27
27.53
Journeyman Carpenter ........
$ 33.12
27.53
Millwright ..................$
35.62
29.12
----------------------------------------------------------------
ELECO180-001 06/01/2015
NAPA AND SOLANO COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 50.97 3%+20.13
ELECTRICIAN ......................$ 45.31 21.98
----------------------------------------------------------------
ELECO180-003 06/01/2015
NAPA AND SOLANO COUNTIES
Rates Fringes
Sound & Communications
Installer ...................$ 33.32 16.29
http://www.wdol.gov/wdol/scafiies/davisbacorVCA9.dvb?v=16 7/42
9/25/2015 www.wdol.gov/wdol/scafi les/davi sbacon/CA9.dvb?v=16
Technician ..................$ 35.66 3%+15.30
SCOPE OF WORK INCLUDES -
SOUND & VOICE TRANSMISSION (Music, Intercom, Nurse Call,
Telephone); FIRE ALARM SYSTEMS [excluding fire alarm work
when installed in raceways (including wire and cable
pulling) and when performed on new or major remodel
building projects or jobs],
TELEVISION & VIDEO SYSTEMS, SECURITY SYSTEMS, COMMUNICATIONS
SYSTEMS that transmit or receive information and/or control
systems that are intrinsic to the above.
EXCLUDES -
Excludes all other data systems or multiple systems which
include control function or power supply; excludes
installation of raceway systems, line voltage work,
industrial work, life -safety systems (all buildings having
floors located more than 75' above the lowest floor level
having building access); excludes energy management
systems.
----------------------------------------------------------------
ELEC0340-002 12/08/2014
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN,
NEVADA, PLACER, PLUMAS, SACRAMENTO, TRINITY, YOLO, YUBA COUNTIES
Rates Fringes
Communications System
Sound & Communications
Installer ...................$ 27.85 13.80
Sound & Communications
Technician ..................$ 33.42 13.80
SCOPE OF WORK
Includes the installation testing, service and maintenance,
of the following systems which utilize the transmission
and/or transference of voice, sound, vision and digital for
commercial, education, security and entertainment purposes
for the following TV monitoring and surveillance,
background -foreground music, intercom and telephone
interconnect, inventory control systems, microwave
transmission, multi -media, multiplex, nurse call system,
radio page, school intercom and sound, burglar alarms, and
low voltage master clock systems.
A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS
Background foreground music Intercom and telephone
interconnect systems, Telephone systems, Nurse call
systems, Radio page systems, School intercom and sound
systems, Burglar alarm systems, Low voltage master clock
systems, Multi-media/multiplex systems, Sound and musical
entertainment systems, RF systems, Antennas and Wave Guide.
B. FIRE ALARM SYSTEMS
Installation, wire pulling and testing
C. TELEVISION AND VIDEO SYSTEMS Television monitoring and
http://www.wdol.gov/wdol/scafiles/davi sbacon/CA9.dvb?v=16 8/42
9/25/2015
www.wdol.govMdol/scafiles/davisbacordCA9.dvb'?v=16
surveillance systems, Video security systems, Video
entertainment systems, Video educational systems, Microwave
transmission systems, CATV and CCTV
D. SECURITY SYSTEMS Perimeter security systems
Vibration sensor systems Card access systems Access
control systems Sonar/infrared monitoring equipment
E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE
INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO
THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and
Data Acquisition) PCM (Pulse Code Modulation)
Inventory Control Systems Digital Data Systems
Broadband and Baseband and Carriers Point of Sale
Systems VSAT Data Systems Data Communication
Systems RF and Remote Control Systems Fiber Optic
Data Systems WORK EXCLUDED Raceway systems are not covered
(excluding Ladder -Rack for the purpose of the above listed
systems). Chases and/or nipples (not to exceed 10 feet)
may be installed on open wiring systems. Energy management
systems. SCADA (Supervisory Control and Data Acquisition)
when not intrinsic to the above listed systems (in the
scope). Fire alarm systems when installed in raceways
(including wire and cable pulling) shall be performed at
the electrician wage rate, when either of the following two
(2) conditions apply:
1. The project involves new or major remodel building trades
construction.
2. The conductors for the fire alarm system are installed in
conduit.
ELEC0340-003 12/01/2013
ALPINE (West of Sierra Mt. Watershed), AMADOR, BUTTE, COLUSA,
EL DORADO (West of Sierra Mt. Watershed), GLENN, LASSEN, NEVADA
(West of Sierra Mt. Watershed), PLACER, PLUMAS, SACRAMENTO,
SHASTA, SIERRA (West of Sierra Mt. Watershed), SUTTER, TEHAMA,
TRINITY, YOLO & YUBA COUNTIES
Rates Fringes
ELECTRICIAN
Remaining area ..............$ 39.06 18.54
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 11/01/2014
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
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 9/42
9/25/2015 www.wdol.govtwdol/scafiiles/davisbacorVCA9.dvb?v=16
ELECTRICIAN ......................$ 37.50 15.14
----------------------------------------------------------------
ELEC0551-004 06/01/2015
MARIN AND SONOMA COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 47.20 16.97
----------------------------------------------------------------
ELEC0551-005 12/01/2014
MARIN & SONOMA COUNTIES
Rates Fringes
Sound & Communications
Installer ...................$ 32.32 16.27
Technician ..................$ 36.80 16.41
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 01/01/2015
DEL NORTE, MODOC and SISKIYOU COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 30.44 15.71
----------------------------------------------------------------
ELEC0659-008 02/01/2013
DEL NORTE, MODOC & SISKIYOU COUNTIES
Rates Fringes
Line Construction
(1) Cable Splicer ...........
$
51.09
4%+13.30
(2) Lineman, Pole Sprayer,
Heavy Line Equipment Man ....
$
45.62
4%+13.30
(3) Tree Trimmer ............
$
32.07
4%+9.80
(4) Line Equipment Man ......
$
45.62
4%+9.80
http://www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v=16
10/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
(5) Powdermen,
Jackhammermen...............$ 34.22 4%+9.80
(6) Groundman...............$ 31.31 4%+9.80
----------------------------------------------------------------
ELEC1245-004 06/01/2015
ALL COUNTIES EXCEPT DEL NORTE, MODOC & SISKIYOU
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$
52.85
15.53
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment) ........... $
42.21
14.32
(3) Groundman...............$
32.28
14.03
(4) Powderman...............$
47.19
14.06
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 01/01/2015
Rates Fringes
ELEVATOR MECHANIC ................$ 60.39 28.38
FOOTNOTE:
PAID VACATION: Employer contributes 8% of regular hourly
rate as vacation pay credit for employees with more than 5
years of service, and 6% for 6 months to 5 years of service.
PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day,
Labor Day, Veterans Day, Thanksgiving Day, Friday after
Thanksgiving, and Christmas Day.
ENGIO003-008 07/01/2013
Rates Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:)
AREA 1:
(1) Leverman...............$ 40.53 27.81
(2) Dredge Dozer; Heavy
duty repairman .............$ 35.57 27.81
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$ 34.45 27.81
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$ 31.15 27.81
http://www.wdol.gov/wdol/scafiiles/davisbacorVCA9.dvb?v=16 11/42
9/25/2015 www.wdol.gov/wdol/scafiiles/davisbacoNCA9.dvb?v=16
AREA 2:
(1) Leverman...............$ 42.53 27.81
(2) Dredge Dozer; Heavy
duty repairman .............$ 37.57 27.81
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$ 36.45 27.81
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$ 33.15 27.81
AREA DESCRIPTIONS
AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2: MODOC COUNTY
THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2
AS NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Remainder
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY:
Area 1: Remainder
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
hftp://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 12/42
9/25/2015
MONTERREY COUNTY
Area 1: Except Southwestern part
Area 2: Southwestern part
www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v=16
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: Al but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Remainder
TEHAMA COUNTY:
Area 1: All but the Western border with Mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeastern border with
Shasta County
Area 2: Remainder
TUOLUMNE COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
----------------------------------------------------------------
ENGIO003-018 06/30/2014
"AREA 1" WAGE RATES ARE LISTED BELOW
"AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 13/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
(AREA 1:)
GROUP 1 .....................$
39.85
27.44
GROUP 2 .....................$
38.32
27.44
GROUP 3 .....................$
36.84
27.44
GROUP 4 .....................$
35.46
27.44
GROUP 5 .....................$
34.19
27.44
GROUP 6 .....................$
32.87
27.44
GROUP 7 .....................$
31.73
27.44
GROUP 8 .....................$
30.59
27.44
GROUP 8-A ...................$
28.38
27.44
OPERATOR: Power Equipment
(Cranes and Attachments -
AREA 1:)
GROUP 1
Cranes .....................$
40.73
27.44
Oiler ......................$
33.76
27.44
Truck crane oiler ..........
$
37.33
27.44
GROUP 2
Cranes .....................$
38.97
27.44
Oiler ......................$
33.50
27.44
Truck crane oiler ..........
$
37.04
27.44
GROUP 3
Cranes .....................$
37.23
27.44
Hydraulic ..................$
32.87
27.44
Oiler ......................$
33.26
27.44
Truck Crane Oiler ..........
$
36.77
27.44
GROUP 4
Cranes .....................$
34.19
27.44
OPERATOR: Power Equipment
(Piledriving - AREA 1:)
GROUP 1
Lifting devices ............
$
41.07
27.44
Oiler ......................$
31.81
27.44
Truck crane oiler ..........
$
34.09
27.44
GROUP 2
Lifting devices ............
$
39.25
27.44
Oiler ......................$
31.54
27.44
Truck Crane Oiler ..........
$
33.84
27.44
GROUP 3
Lifting devices ............
$
37.57
27.44
Oiler ......................$
31.32
27.44
Truck Crane oiler: .........
$
33.55
27.44
GROUP 4
Lifting devices ............
$
35.80
27.44
GROUP 5
Lifting devices ............
$
34.50
27.44
GROUP 6
Lifting devices ............
$
33.16
27.44
OPERATOR: Power Equipment
(Steel Erection - AREA 1:)
GROUP 1
Cranes .....................$
41.70
27.44
Oiler ......................$
32.15
27.44
Truck Crane Oiler ..........
$
34.38
27.44
GROUP 2
Cranes .....................$
39.93
27.44
Oiler ......................$
31.88
27.44
Truck Crane Oiler ..........
$
34.16
27.44
GROUP 3
Cranes .....................$
38.45
27.44
Hydraulic ..................$
32.67
27.44
http://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=
16
14/42
9/25/2015
www.wdol.govtwdol/scafiles/davisbacorVCA9.dvb?v= 16
Oiler ......................$
31.66
27.44
Truck Crane Oiler ..........
$ 33.89
27.44
GROUP 4
Cranes .....................$
36.43
27.44
GROUP 5
Cranes .....................$
35.13
27.44
OPERATOR: Power Equipment
(Tunnel and Underground Work
- AREA 1:)
SHAFTS, STOPES, RAISES:
GROUP 1 ....................$
35.95
27.44
GROUP 1-A ..................$
38.32
27.44
GROUP 2 ....................$
34.59
27.44
GROUP 3 ....................$
33.36
27.44
GROUP 4 ....................$
32.22
27.44
GROUP 5 ....................$
31.08
27.44
UNDERGROUND:
GROUP 1 ....................$
35.85
27.44
GROUP 1-A ..................$
38.32
27.44
GROUP 2 ....................$
34.59
27.44
GROUP 3 ....................$
33.26
27.44
GROUP 4 ....................$
32.12
27.44
GROUP 5 ....................$
30.98
27.44
FOOTNOTE: Work suspended by ropes or cables, or work on a
Yo -Yo Cat: $.60 per hour additional.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Operator of helicopter (when used in erection work);
Hydraulic excavator, 7 cu. yds. and over; Power shovels,
over 7 cu. yds.
GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu.
yds. up to 7 cu. yds.; Licensed construction work boat
operator, on site; Power blade operator (finish); Power
shovels, over 1 cu. yd. up to and including 7 cu. yds.
m.r.c.
GROUP 3: Asphalt milling machine; Cable backhoe; Combination
backhoe and loader over 3/4 cu. yds.; Continuous flight tie
back machine assistant to engineer or mechanic; Crane
mounted continuous flight tie back machine, tonnage to
apply; Crane mounted drill attachment, tonnage to apply;
Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2
cu. yds.; Loader 4 cu. yds. and over; Long reach excavator;
Multiple engine scraper (when used as push pull); Power
shovels, up to and including 1 cu. yd.; Pre -stress wire
wrapping machine; Side boom cat, 572 or larger; Track
loader 4 cu. yds. and over; Wheel excavator (up to and
including 750 cu. yds. per hour)
GROUP 4: Asphalt plant engineer/box person; Chicago boom;
Combination backhoe and loader up to and including 3/4 cu.
yd.; Concrete batch plant (wet or dry); Dozer and/or push
cat; Pull- type elevating loader; Gradesetter, grade
checker (GPS, mechanical or otherwise); Grooving and
grinding machine; Heading shield operator; Heavy-duty
drilling equipment, Hughes, LDH, Watson 3000 or similar;
Heavy-duty repairperson and/or welder; Lime spreader;
http://www.wdol.govtwdol/scaflles/davisbacordCA9.dvb?v= 16 15/42
9/25/2015
www.wdol.gov/wdol/scafi les/davisbacor✓CA9.dvb?v=16
Loader under 4 cu. yds.; Lubrication and service engineer
(mobile and grease rack); Mechanical finishers or spreader
machine (asphalt, Barber -Greene and similar); Miller
Formless M-9000 slope paver or similar; Portable crushing
and screening plants; Power blade support; Roller operator,
asphalt; Rubber -tired scraper, self -loading (paddle -wheels,
etc.); Rubber- tired earthmoving equipment (scrapers); Slip
form paver (concrete); Small tractor with drag; Soil
stabilizer (P & H or equal); Spider plow and spider puller;
Tubex pile rig; Unlicensed constuction work boat operator,
on site; Timber skidder; Track loader up to 4 yds.;
Tractor -drawn scraper; Tractor, compressor drill
combination; Welder; Woods -Mixer (and other similar Pugmill
equipment)
GROUP 5: Cast -in-place pipe laying machine; Combination
slusher and motor operator; Concrete conveyor or concrete
pump, truck or equipment mounted; Concrete conveyor,
building site; Concrete pump or pumperete gun; Drilling
equipment, Watson 2000, Texoma 700 or similar; Drilling and
boring machinery, horizontal (not to apply to waterliners,
wagon drills or jackhammers); Concrete mixer/all; Person
and/or material hoist; Mechanical finishers (concrete)
(Clary, Johnson, Bidwell Bridge Deck or similar types);
Mechanical burm, curb and/or curb and gutter machine,
concrete or asphalt); Mine or shaft hoist; Portable
crusher; Power jumbo operator (setting slip -forms, etc., in
tunnels); Screed (automatic or manual); Self-propelled
compactor with dozer; Tractor with boom D6 or smaller;
Trenching machine, maximum digging capacity over 5 ft.
depth; Vermeer T -600B rock cutter or similar
GROUP 6: Armor -Coater (or similar); Ballast jack tamper;
Boom- type backfilling machine; Assistant plant engineer;
Bridge and/or gantry crane; Chemical grouting machine,
truck -mounted; Chip spreading machine operator; Concrete
saw (self-propelled unit on streets, highways, airports and
canals); Deck engineer; Drilling equipment Texoma 600,
Hughes 200 Series or similar up to and including 30 ft.
m.r.c.; Drill doctor; Helicopter radio operator;
Hydro -hammer or similar; Line master; Skidsteer loader,
Bobcat larger than 743 series or similar (with
attachments); Locomotive; Lull hi -lift or similar; Oiler,
truck mounted equipment; Pavement breaker, truck -mounted,
with compressor combination; Paving fabric installation
and/or laying machine; Pipe bending machine (pipelines
only); Pipe wrapping machine (tractor propelled and
supported); Screed (except asphaltic concrete paving);
Self- propelled pipeline wrapping machine; Tractor;
Self -loading chipper; Concrete barrier moving machine
GROUP 7: Ballast regulator; Boom truck or dual-purpose
A -frame truck, non -rotating - under 15 tons; Cary lift or
similar; Combination slurry mixer and/or cleaner; Drilling
equipment, 20 ft. and under m.r.c.; Firetender (hot plant);
Grouting machine operator; Highline cableway signalperson;
Stationary belt loader (Kolman or similar); Lift slab
machine (Vagtborg and similar types); Maginnes internal
full slab vibrator; Material hoist (1 drum); Mechanical
trench shield; Pavement breaker with or without compressor
combination); Pipe cleaning machine (tractor propelled and
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 16/42
9/25/2015
www.wdol.govtwdol/scafiles/davisbacorVCA9.dvb?v=16
supported); Post driver; Roller (except asphalt); Chip
Seal; Self-propelled automatically applied concrete curing
mahcine (on streets, highways, airports and canals);
Self-propelled compactor (without dozer); Signalperson;
Slip -form pumps (lifting device for concrete forms); Tie
spacer; Tower mobile; Trenching machine, maximum digging
capacity up to and including 5 ft. depth; Truck- type loader
GROUP 8: Bit sharpener; Boiler tender; Box operator;
Brakeperson; Combination mixer and compressor
(shotcrete/gunite); Compressor operator; Deckhand; Fire
tender; Forklift (under 20 ft.); Generator;
Gunite/shotcrete equipment operator; Hydraulic monitor; Ken
seal machine (or similar); Mixermobile; Oiler; Pump
operator; Refrigeration plant; Reservoir -debris tug (self-
propelled floating); Ross Carrier (construction site);
Rotomist operator; Self-propelled tape machine; Shuttlecar;
Self-propelled power sweeper operator (includes vacuum
sweeper); Slusher operator; Surface heater; Switchperson;
Tar pot firetender; Tugger hoist, single drum; Vacuum
cooling plant; Welding machine (powered other than by
electricity)
GROUP 8-A: Elevator operator; Skidsteer loader -Bobcat 743
series or smaller, and similar (without attachments); Mini
excavator under 25 H.P. (backhoe -trencher); Tub grinder
wood chipper
ALL CRANES AND ATTACHMENTS
GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over
100 tons; Derrick, over 100 tons; Derrick barge
pedestal -mounted, over 100 tons; Self-propelled boom -type
lifting device, over 100 tons
GROUP 2: Clamshell and dragline over 1 cu. yd. up to and
including 7 cu. yds.; Crane, over 45 tons up to and
including 100 tons; Derrick barge, 100 tons and under;
Self-propelled boom -type lifting device, over 45 tons;
Tower crane
GROUP 3: Clamshell and dragline up to and including 1 cu.
yd.; Cranes 45 tons and under; Self-propelled boom -type
lifting device 45 tons and under;
GROUP 4: Boom Truck or dual purpose A -frame truck,
non -rotating over 15 tons; Truck -mounted rotating
telescopic boom type lifting device, Manitex or similar
(boom truck) over 15 tons; Truck -mounted rotating
telescopic boom type lifting device, Manitex or similar
(boom truck) - under 15 tons;
PILEDRIVERS
GROUP 1: Derrick barge pedestal mounted over 100 tons;
Clamshell over 7 cu. yds.; Self-propelled boom -type lifting
device over 100 tons; Truck crane or crawler, land or barge
hftp://www.wdol.gov/wdol/scaflies/davisbacordCA9.dvb?v= 16 17/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
mounted over 100 tons
GROUP 2: Derrick barge pedestal mounted 45 tons to and
including 100 tons; Clamshell up to and including 7 cu.
yds.; Self-propelled boom -type lifting device over 45 tons;
Truck crane or crawler, land or barge mounted, over 45 tons
up to and including 100 tons; Fundex F-12 hydraulic pile rig
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom -type lifting device 45 tons and under;
Skid/scow piledriver, any tonnage; Truck crane or crawler,
land or barge mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: Deckhand; Fire tender
STEEL ERECTORS
GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self-
propelled boom -type lifting device over 100 tons
GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100
tons; Self-propelled boom -type lifting device over 45 tons
to 100 tons; Tower crane
GROUP 3: Crane, 45 tons and under; Self-propelled boom -type
lifting device, 45 tons and under
GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty
repair person/welder
GROUP 5: Boom cat
TUNNEL AND UNDERGROUND WORK
GROUP 1-A: Tunnel bore machine operator, 20' diameter or more
GROUP 1: Heading shield operator; Heavy-duty repairperson;
Mucking machine (rubber tired, rail or track type); Raised
bore operator (tunnels); Tunnel mole bore operator
GROUP 2: Combination slusher and motor operator; Concrete
pump or pumperete gun; Power jumbo operator
GROUP 3: Drill doctor; Mine or shaft hoist
GROUP 4: Combination slurry mixer cleaner; Grouting Machine
operator; Motorman
GROUP 5: Bit Sharpener; Brakeman; Combination mixer and
compressor (gunite); Compressor operator; Oiler; Pump
http://www.wdol.gov/wdol/scafi les/davisbacon/CA9.dvb?v=16
18/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v=16
operator; Slusher operator
-----------------------------------------------------------
AREA DESCRIPTIONS:
POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND
UNDERGROUND [These areas do not apply to Piledrivers and
Steel Erectors]
AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2 - MODOC COUNTY
THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS
NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
DEL NORTE COUNTY:
Area 1: Extreme Southwestern corner
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
HUMBOLDT COUNTY:
Area 1: Except Eastern and Southwestern parts
Area 2: Remainder
LAKE COUNTY:
Area 1: Southern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY
http://www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v= 16
19/42
9/25/2015
Area 1: Remainder
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Remainder
Area 2: Eastern part
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
MENDOCINO COUNTY:
Area 1: Central and Southeastern parts
Area 2: Remainder
MONTEREY COUNTY
Area 1: Remainder
Area 2: Southwestern part
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Reaminder
TEHAMA COUNTY:
Area 1: All but the Western border with mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeaster border with
Shasta County
Area 2: Remainder
TULARE COUNTY;
Area 1: Remainder
Area 2: Eastern part
TUOLUMNE COUNTY:
Area 1: Remainder
Area 2: Eastern Part
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 20/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
----------------------------------------------------------------
ENGIO003-019 07/01/2013
SEE AREA DESCRIPTIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(LANDSCAPE WORK ONLY)
GROUP
1
AREA
1 .....................$
29.64
25.71
AREA
2 .....................$
31.64
25.71
GROUP
2
AREA
1 .....................$
26.04
25.71
AREA
2 .....................$
28.04
25.71
GROUP
3
AREA
1 .....................$
21.43
25.71
AREA
2 .....................$
23.43
25.71
GROUP DESCRIPTIONS:
GROUP 1: Landscape Finish Grade Operator: All finish grade
work regardless of equipment used, and all equipment with a
rating more than 65 HP.
GROUP 2: Landscape Operator up to 65 HP: All equipment with
a manufacturer's rating of 65 HP or less except equipment
covered by Group 1 or Group 3. The following equipment
shall be included except when used for finish work as long
as manufacturer's rating is 65 HP or less: A -Frame and
Winch Truck, Backhoe, Forklift, Hydragraphic Seeder
Machine, Roller, Rubber -Tired and Track Earthmoving
Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up
to 65 HP.
GROUP 3: Landscae Utility Operator: Small Rubber -Tired
Tractor, Trencher Under 31 HP.
AREA DESCRIPTIONS:
AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2 - MODOC COUNTY
THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS
NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
http://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=16 21/42
9/25/2015
Area 2: Remainder
www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v=16
DEL NORTE COUNTY:
Area 1: Extreme Southwestern corner
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
HUMBOLDT COUNTY:
Area 1: Except Eastern and Southwestern parts
Area 2: Remainder
LAKE COUNTY:
Area 1: Southern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY
Area 1: Remainder
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Remainder
Area 2: Eastern part
MENDOCINO COUNTY:
Area 1: Central and Southeastern parts
Area 2: Remainder
MONTEREY COUNTY
Area 1: Remainder
Area 2: Southwestern part
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
hftp://www.wdol.gov/wdol/scaflies/davisbacordCAg.dvb?v= 16
22/42
9/25/2015
www.wdol.gov/wdol/scafi I es/davi sbacon/CA9.dvb?v=16
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Reaminder
TEHAMA COUNTY:
Area 1: All but the Western border with mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeaster border with
Shasta County
Area 2: Remainder
TULARE COUNTY;
Area 1: Remainder
Area 2: Eastern part
TUOLUMNE COUNTY:
Area 1: Remainder
Area 2: Eastern Part
----------------------------------------------------------------
IRON0377-002 07/01/2015
Rates Fringes
Ironworkers:
Fence Erector ...............$ 27.08 20.21
Ornamental, Reinforcing
and Structural ..............$ 33.50 28.85
PREMIUM PAY:
$6.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center -Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
$4.00 additional per hour at the following locations:
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
$2.00 additional per hour at the following locations:
http://www.wdol.govMdol/scafiles/davisbacorVCA9.dvb?v=16 23/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
LAB00067-002 06/29/2015
AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN
MATEO AND SANTA CLARA COUNTIES
AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL
NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN,
MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN,
SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA,
STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND
YUBA COUNTIES
Rates Fringes
Asbestos Removal Laborer
Areas A & B .................$ 20.06 9.62
LABORER (Lead Removal)
Area A ......................$ 29.02 20.82
Area B ......................$ 28.02 20.82
ASBESTOS REMOVAL -SCOPE OF WORK: Site mobilization; initial
site clean-up; site preparation; removal of
asbestos -containing materials from walls and ceilings; or
from pipes, boilers and mechanical systems only if they are
being scrapped; encapsulation, enclosure and disposal of
asbestos -containing materials by hand or with equipment or
machinery; scaffolding; fabrication of temporary wooden
barriers; and assembly of decontamination stations.
----------------------------------------------------------------
LAB00067-006 06/30/2014
AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN
MATEO AND SANTA CLARA COUNTIES
AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, EL
DORADO, FRESNO, GLENN, KINGS, LASSEN, MADERA, MARIPOSA, MERCED,
MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN
BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU,
SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE,
TUOLUMNE, YOLO AND YUBA COUNTIES
Rates
Laborers:
(CONSTRUCTION CRAFT
LABORERS -
AREA A:)
Construction
Specialist
Group
.......................$
29.09
GROUP
1 .....................$
28.39
GROUP
1-a ...................$
28.61
GROUP
1-c ...................$
28.44
GROUP
1-e ...................$
28.94
GROUP
1-f ...................$
28.97
Fringes
18.66
18.66
18.66
18.66
18.66
18.66
http://www.wdol.gov/wdol/scafiles/davisbacorYCA9.dvb?v= 16 24/42
9/25/2015
www.wdol.govMdol/scafiles/davisbacorVCA9.dvb?v-16
GROUP 1-g (Contra Costa
County) .....................$
28.59
18.66
GROUP 2 .....................$
28.24
18.66
GROUP 3 .....................$
28.14
18.66
GROUP 4 .....................$
21.83
18.66
See groups 1-b and 1-d under laborer
classifications.
Laborers: (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group .......................$
28.09
18.66
GROUP 1 .....................$
27.39
18.66
GROUP 1-a ...................$
27.61
18.66
GROUP 1-c ...................$
27.44
18.66
GROUP 1-e ...................$
27.94
18.66
GROUP 1-f ...................$
27.97
18.66
GROUP 2 .....................$
27.24
18.66
GROUP 3 .....................$
27.14
18.66
GROUP 4 .....................$
20.83
18.66
See groups 1-b and 1-d under laborer classifications.
Laborers: (GUNITE - AREA A:)
GROUP 1 .....................$
29.35
18.66
GROUP 2 .....................$
28.85
18.66
GROUP 3 .....................$
28.26
18.66
GROUP 4 .....................$
28.14
18.66
Laborers: (GUNITE - AREA B:)
GROUP 1 .....................$
28.35
18.66
GROUP 2 .....................$
27.85
18.66
GROUP 3 .....................$
27.26
18.66
GROUP 4 .....................$
27.14
18.66
Laborers: (WRECKING - AREA A:)
GROUP 1 .....................$
28.39
18.66
GROUP 2 .....................$
28.24
18.66
Laborers: (WRECKING - AREA B:)
GROUP 1 .....................$
27.39
18.66
GROUP 2 .....................$
27.24
18.66
Landscape Laborer (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction ........ $
28.14
18.66
(2) Establishment Warranty
Period ......................$
21.83
18.66
Landscape Laborer (GARDENERS,
HORTICULURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction ........
$
27.14
18.66
(2) Establishment Warranty
Period ......................$
20.83
18.66
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;
http://Www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v= 16 25/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
Chainsaw; Laser beam in connection with laborers' work;
Cast -in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; lacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast -manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock -slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. "Sewer cleaner" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
http://www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v=16 26/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacoNCA9.dvb?v=16
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure
pipe tester; No joint pipe and stripping of same, including
repair of voids; Precast manhole setters, cast in place
manhole form setters
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; 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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=16 27/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorJCA9.dvbW=16
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of "form stripping, cleaning and oiling
and moving to the next point of erection".
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi -skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00185-002 06/30/2014
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU,
SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES
Rates Fringes
LABORER
Mason Tender -Brick .......... $ 31.11 17.34
----------------------------------------------------------------
LAB00185-005 06/30/2014
ALPINE, AMADOR; BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU,
SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP
1 .....................$
34.60
19.49
GROUP
2 .....................$
34.37
19.49
GROUP
3 .....................$
34.12
19.49
GROUP
4 .....................$
33.67
19.49
GROUP
5 .....................$
33.13
19.49
Shotcrete Specialist ........
$ 35.12
19.49
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
http://www.wdol.gov/wdol/scaflies/davisbacorVCAg.dvb?v= 16 28/42
9/25/2015
nozzlemen
www.wdol.gov/wdol/scafi les/davi sbacoNCA9.dvb?v=16
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
----------------------------------------------------------------
LAB00261-002 06/30/2014
MARIN COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 28.14 19.03
Traffic Control Person I....$ 28.44 19.03
Traffic Control Person II ... $ 25.94 19.03
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 06/30/2014
MARIN COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP
1 .....................$
34.60
19.49
GROUP
2 .....................$
34.37
19.49
GROUP
3 .....................$
34.12
19.49
GROUP
4 .....................$
33.67
19.49
GROUP
5 .....................$
33.13
19.49
Shotcrete Specialist ........
$ 35.12
19.49
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 29/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=16
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 06/30/2014
MARIN COUNTY
Rates Fringes
LABORER
Mason Tender -Brick .......... $ 32.36 17.34
----------------------------------------------------------------
LABO0324-004 06/30/2014
NAPA, SOLANO, AND SONOMA, COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 27.14 19.03
Traffic Control Person I....$ 27.44 19.03
Traffic Control Person II ... $ 24.94 19.03
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00324-008 06/30/2014
NAPA, SOLANO, AND SONOMA COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1 .....................$ 34.60 19.49
hftp://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v= 16 30/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=16
GROUP
2 .....................$
34.37
19.49
GROUP
3 .....................$
34.12
19.49
GROUP
4 .....................$
33.67
19.49
GROUP
5 .....................$
33.13
19.49
Shotcrete Specialist ........
$ 35.12
19.49
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00324-010 06/30/2014
NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
LABORER (Brick)
Mason Tender -Brick .......... $ 31.36 17.34
----------------------------------------------------------------
LABO1414-005 08/05/2015
Rates Fringes
Plasterer tender .................$ 32.71 17.11
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0016-004 01/01/2015
MARIN, NAPA, SOLANO & SONOMA COUNTIES
Rates Fringes
Painters: ........................ $ 36.45 21.48
PREMIUMS:
EXOTIC MATERIALS - $0.75 additional per hour.
SPRAY WORK: - $0.50 additional per hour.
http://www.wdol.govMdol/scafiles/davisbacordCAg.dvb?v= 16
31/42
9/25/2015
www.wdol.govAvdol/scafiles/davisbacoNCA9.dvb?v=16
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
----------------------------------------------------------------
* PAINOO16-005 09/01/2015
ALPINE, BUTTE, COLUSA, EL DORADO (west of the Sierra Nevada
Mountains), GLENN, LASSEN (west of Hwy. 395, excluding Honey
Lake); MARIN, MODOC, NAPA, NEVADA (west of the Sierra Nevada
Mountains), PLACER (west of the Sierra Nevada Mountains),
PLUMAS, SACRAMENTO, SHASTA, SIERRA (west of the Sierra Nevada
Mountains), SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY,
YOLO AND YUBA COUNTIES
Rates Fringes
DRYWALL FINISHER/TAPER ........... $ 38.24 19.93
----------------------------------------------------------------
PAIN0016-007 01/01/2015
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: ........................ $ 30.85 16.85
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 $6.00 additional per hour.
PAINOO16-008 01/01/2015
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SOFT FLOOR LAYER .................$ 46.20 18.73
PAINO169-004 01/01/2015
MARIN , NAPA & SONOMA COUNTIES; SOLANO COUNTY (west of a line
defined as follows: Hwy. 80 corridor beginning at the City of
http://www.wdol.gov/wdol/scafiles/davisbacorVCAg.dvb?v=16 32/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
Fairfield, including Travis Air Force Base and Suisun City;
going north of Manakas Corner Rd., continue north on Suisun
Valley Rd. to the Napa County line; Hwy. 80 corridor south on
Grizzly Island Rd. to the Grizzly Island Management area)
Rates Fringes
GLAZIER ..........................$ 43.48 24.19
----------------------------------------------------------------
* PAIN0567-001 07/01/2014
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 ............ $ 23.16 10.38
Spray Painter & Paperhanger.$ 24.01 10.38
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 = $2.00/hr
*A special coating is a coating that requires the mixing of 2
or more products.
PAIN0567-007 07/01/2015
EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN
COUNTY (east of Highway 395, beginning at Stacey and including
Honey Lake); NEVADA COUNTY (east of the Sierra Nevada
Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains)
AND SIERRA COUNTY (east of the Sierra Nevada Mountains)
Rates Fringes
SOFT FLOOR LAYER .................$ 26.26 11.78
----------------------------------------------------------------
PAIN0567-010 07/01/2015
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
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 33/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
Drywall
(1) Taper ...................$ 28.08 12.13
(2) Steeplejack - Taper,
over 40 ft with open space
below .......................$ 29.58 12.13
----------------------------------------------------------------
PAIN0767-004 01/01/2015
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 ..........................$ 33.79 22.49
PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day,
President's Day, Memorial Day, Independence Day, Labor Day,
Veteran's Day, Thanksgiving Day, and Christmas Day.
Employee rquired to wear a body harness shall receive $1.50
per hour above the basic hourly rate at any elevation.
----------------------------------------------------------------
PAIN1176-001 07/01/2014
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1 .....................$ 34.26 11.65
GROUP 2 .....................$ 29.12 11.65
GROUP 3 .....................$ 29.46 11.65
CLASSIFICATIONS
GROUP 1: Striper: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape, traffic
stripes and markings
GROUP 2: Gamecourt & Playground Installer
GROUP 3: Protective Coating, Pavement Sealing
----------------------------------------------------------------
PAIN1237-001 01/01/2015
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
http://www.wdol.gov/wdol/scafiles/davisbacotVCA9.dvb?v= 16 34/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
SOFT FLOOR LAYER .................$ 31.79 14.93
----------------------------------------------------------------
PLAS0300-003 07/01/2014
Rates Fringes
PLASTERER
AREA 295: Alpine, Amador,
Butte, Colusa, E1 Dorado,
Glenn, Lassen, Modoc,
Nevada, Placer, Plumas,
Sacramento, Shasta,
Sierra, Siskiyou, Solano,
Sutter, Tehema, Trinity,
Yolo & Yuba Counties ........ $ 31.41 22.26
AREA 355: Marin .............$ 34.75 22.26
AREA 355: Napa & Sonoma
Counties ....................$ 31.41 22.26
----------------------------------------------------------------
PLAS0300-005 06/30/2014
Rates Fringes
CEMENT MASON/CONCRETE FINISHER ... $ 30.00 22.07
----------------------------------------------------------------
PLUM0038-002 07/01/2014
MARIN AND SONOMA COUNTIES
Rates Fringes
PLUMBER (Plumber,
Steamfitter, Refrigeration
Fitter)
(1) Work on wooden frame
structures 5 stories or
less excluding hgih-rise
buildings and commercial
work such as hospitals,
prisons, hotels, schools,
casinos, wastewater
treatment plants, and
resarch facilities as well
as refrigeration
pipefitting, service and
repair work - MARKET
RECOVERY RATE ...............$ 54.40 40.71
(2) All other work - NEW
CONSTRUCTION RATE ........... $ 64.00 43.29
----------------------------------------------------------------
PLUM0038-006 07/01/2014
MARIN & SONOMA COUNTIES
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter) ..... $ 54.40 32.15
----------------------------------------------------------------
PLUM0228-001 01/01/2015
http://www.wdol.gov/wdol/scafiles/davisbacordCA9.dvb?v=16 35/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
BUTTE, COLUSA, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA,
SISKIYOU, SUTTER, TEHAMA, TRINITY & YUBA COUNTIES
Rates Fringes
PLUMBER ..........................$ 37.50 26.39
----------------------------------------------------------------
PLUM0343-001 07/01/2015
NAPA AND SOLANO COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER
Light Commercial ............ $ 30.85 19.90
All Other Work ..............$ 49.15 31.30
DEFINITION OF LIGHT COMMERICIAL:
Work shall include strip shopping centers, office buildings,
schools and other commercial structures which the total
plumbing bid does not exceed Two Hundred and Fifty Thousand
($250,000) and the total heating and cooling does not
exceed Two Hundred Fifty Thousand ($250,000); or Any
projects bid in phases shall not qualify unless the total
project is less than Two Hundred Fifty Thousand ($250,000)
for the plumbing bid; and Two Hundred Fifty Thousand
($250,000) for the heating and cooling bid. Excluded are
hospitals, jails, institutions and industrial projects,
regardless size of the project
FOOTNOTES: While fitting galvanized material: $.75 per hour
additional. Work from trusses, temporary staging,
unguarded structures 35' from the ground or water: $.75 per
hour additional. Work from swinging scaffolds, boatswains
chairs or similar devices: $.75 per hour additional.
----------------------------------------------------------------
PLUM0350-001 02/01/2015
EL DORADO COUNTY (Lake Tahoe area only); NEVADA COUNTY (Lake
Tahoe area only); AND PLACER COUNTY (Lake Tahoe area only)
Rates Fringes
PLUMBER/PIPEFITTER...............$ 30.88 11.51
----------------------------------------------------------------
* PLUM0355-001 07/01/2015
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 ........... $ 28.60 10.05
----------------------------------------------------------------
http://www.wdol.gov/wdol/scafiles/davi sbacordCA9.dvb?v=16 36/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16
PLUM0442-003 01/01/2015
AMADOR (South of San Joaquin River) and ALPINE COUNTIES
Rates Fringes
PLUMBER ..........................$ 38.50 25.89
----------------------------------------------------------------
PLUM0447-001 07/01/2013
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 ..................$ 41.77 22.35
Light Commercial Work ....... $ 32.23 17.22
----------------------------------------------------------------
ROOF0081-006 08/01/2015
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
Roofer ...........................$ 36.08 14.90
----------------------------------------------------------------
ROOF0081-007 08/01/2015
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 ...........................$ 34.00 14.80
----------------------------------------------------------------
SFCA0483-003 01/01/2015
MARIN, NAPA, SOLANO AND SONOMA COUNTIES
Rates Fringes
SPRINKLER FITTER (Fire
Sprinklers) ......................$ 56.02 27.77
----------------------------------------------------------------
SFCA0669-003 07/01/2013
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 .................$ 34.19 19.37
----------------------------------------------------------------
SHEE0104-006 07/01/2015
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v-16
37/42
9/25/2015
www.wdol.gov/wdol/scafi les/davi sbacon/CA9.dvb?v=16
MARIN, NAPA, SOLANO SONOMA & TRINITY COUNTIES
Rates Fringes
Sheet Metal Worker
Mechanical Contracts
$200,000 or less ............ $ 46.30 40.28
All other work ..............$ 52.20 41.56
----------------------------------------------------------------
SHEE0104-009 07/01/2015
AMADOR, COLUSA, EL DORADO, NEVADA, PLACER, SACRAMENTO, SUTTER,
YOLO AND YUBA COUNTIES
Rates Fringes
SHEET METAL WORKER ...............$ 40.07 33.17
----------------------------------------------------------------
SHEE0104-010 07/01/2015
AIPINE COUNTY
Rates Fringes
SHEET METAL WORKER ...............$ 36.85 30.90
--------------------------------------------------------- ------
* SHEE0104-011 07/01/2015
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) ......... $ 34.15 32.98
----------------------------------------------------------------
* SHEE0104-014 07/01/2015
MARIN, NAPA, SOLANO, SONOMA AND TRINITY COUNTIES
Rates Fringes
SHEET METAL WORKER (Metal
Decking and Siding only) ......... $ 34.15 32.98
----------------------------------------------------------------
SHEE0104-019 07/01/2015
BUTTE, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU
AND TEHAMA COUNTIES
Rates Fringes
SHEET METAL WORKER
Mechanical Jobs $200,000 &
under .......................$ 30.24 30.64
Mechanical Jobs over
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 38/42
9/25/2015 www.wdol.govtwdol/scafiles/davisbacorVCA9.dvb?v=16
$200,000 ....................$ 40.07 33.22
----------------------------------------------------------------
TEAM0094-001 07/01/2015
Rates Fringes
Truck drivers:
GROUP
1 .....................$
28.57
25.22
GROUP
2 .....................$
28.87
25.22
GROUP
3 .....................$
29.17
25.22
GROUP
4 .....................$
29.52
25.22
GROUP
5 .....................$
29.87
25.22
FOOTNOTES:
Articulated dump truck; Bulk cement spreader (with or without
auger); Dumperete truck; Skid truck (debris box); Dry
pre -batch concrete mix trucks; Dumpster or similar type;
Slurry truck: Use dump truck yardage rate.
Heater planer; Asphalt burner; Scarifier burner; Industrial
lift truck (mechanical tailgate); Utility and clean-up
truck: Use appropriate rate for the power unit or the
equipment utilized.
TRUCK DRIVER CLASSIFICATIONS
GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2 -
axle unit); Nipper truck (when flat rack truck is used
appropriate flat rack shall apply); Concrete pump truck
(when flat rack truck is used appropriate flat rack shall
apply); Concrete pump machine; Fork lift and lift jitneys;
Fuel and/or grease truck driver or fuel person; Snow buggy;
Steam cleaning; Bus or personhaul driver; Escort or pilot
car driver; Pickup truck; Teamster oiler/greaser and/or
serviceperson; Hook tender (including loading and
unloading); Team driver; Tool room attendant (refineries)
GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit
mixers, through 10 yds.; Water trucks, under 7,000 gals.;
letting trucks, under 7,000 gals.; Single -unit flat rack
(3 -axle unit); Highbed heavy duty transport; Scissor truck;
Rubber -tired muck car (not self -loaded); Rubber -tired truck
jumbo; Winch truck and "A" frame drivers; Combination winch
truck with hoist; Road oil truck or bootperson;
Buggymobile; Ross, Hyster and similar straddle carriers;
Small rubber -tired tractor
GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over;
letting trucks, 7,000 gals. and over; Vacuum trucks under
7500 gals. Trucks towing tilt bed or flat bed pull
trailers; Lowbed heavy duty transport; Heavy duty transport
tiller person; Self- propelled street sweeper with
self-contained refuse bin; Boom truck - hydro -lift or
Swedish type extension or retracting crane; P.B. or similar
type self -loading truck; Tire repairperson; Combination
bootperson and road oiler; Dry distribution truck (A
bootperson when employed on such equipment, shall receive
the rate specified for the classification of road oil
trucks or bootperson); Ammonia nitrate distributor, driver
and mixer; Snow Go and/or plow
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 39/42
9/25/2015
www.wdol.gov/wdol/scafiles/davisbacor/CAg.dvb?v=16
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.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
http://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v= 16 40/42
9/25/2015 www.wdol.gov/wdol/scafiles/davisbacoNCA9.dvb?v=16
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
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
hitp://www.wdol.gov/wdol/scafiles/davisbacorVCA9.dvb?v=16 41/42
9/25/2015
www.wdol.gov/wdol/Scafiles/davisbacorVCA9.dvb?v=16
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
hitp://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v=16 42/42
Local Assistance Procedures Manual
Exhibit 12-G
Required Federal -aid Contract Language
FHWA-1273 — Revised May 1, 2012
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution
Control Act
X. Compliance with Governmentwide Suspension and Debarment
Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development
Highway System or Appalachian Local Access Road Contracts (included
in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding emergency
contracts solely intended for debris removal). The contractor (or
subcontractor) must insert this form in each subcontract and further
require its inclusion in all lower tier subcontracts (excluding purchase
orders, rental agreements and other agreements for supplies or
services).
The applicable requirements of Form FHWA-1273 are incorporated by
reference for work done under any purchase order, rental agreement or
agreement for other services. The prime contractor shall be responsible
for compliance by any subcontractor, lower -tier subcontractor or service
provider.
Form FHWA-1273 must be included in all Federal -aid design -build
contracts, in all subcontracts and in lower tier subcontracts (excluding
subcontracts for design services, purchase orders, rental agreements
and other agreements for supplies or services). The design -builder shall
be responsible for compliance by any subcontractor, lower -tier
subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal
or request for proposal documents, however, the Form FHWA-1273 must
be physically incorporated (not referenced) in all contracts, subcontracts
and lower -tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a
construction contract).
2. Subject to the applicability criteria noted in the following sections,
these contract provisions shall apply to all work performed on the
contract by the contractor's own organization and with the assistance of
workers under the contractor's immediate superintendence and to all
work performed on the contract by piecework, station work, or by
subcontract.
3. A breach of any of the stipulations contained in these Required
Contract Provisions may be sufficient grounds for withholding of progress
payments, withholding of final payment, termination of the contract,
suspension / debarment or any other action determined to be appropriate
by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the
contractor shall not use convict labor for any purpose within the limits of
a construction project on a Federal -aid highway unless it is labor
performed by convicts who are on parole, supervised release, or
probation. The term Federal -aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
It. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable
to all Federal -aid construction contracts and to all related construction
subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are
not applicable to material supply, engineering, or architectural service
contracts.
In addition, the contractor and all subcontractors must comply with the
following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-
1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and 27;
and 23 CFR Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the
requirements of the Equal Opportunity Clause in 41 C FR 60-1.4(b) and,
for all construction contracts exceeding $10,000, the Standard Federal
Equal Employment Opportunity Construction Contract Specifications in
41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine
compliance with Executive Order 11246 and the policies of the Secretary
of Labor including 41 C FR 60, and 29 CFR 1625-1627. The contracting
agency and the FHWA have the authority and the responsibility to
ensure compliance with Title 23 USC Section 140, the Rehabilitation Act
of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of
1964, as amended, and related regulations including 49 CFR Parts 21,
26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with
appropriate revisions to conform to the U.S. Department of Labor (US
DOL) and FHWA requirements.
1. Equal Employment Opportu nity: Equal employment op portunity
(EEO) requirements not to discriminate and to take affirmative action to
assure equal opportunity as set forth under laws, executive orders, rules,
regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60
and 49 CFR 27) and orders of the Secretary of Labor as modified by the
provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140
shall constitute the EEO and specific affirmative action standards for the
contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set
forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference
in this contract. In the execution of this contract, the contractor agrees to
comply with the following minimum specific requirement activities of
EEO:
a. The contractor will work with the contracting agency and the Federal
Government to ensure that it has made every good faith effort to provide
equal opportunity with respect to all of its terms and conditions of
employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following
statement:
"It is the policy of this Company to assure that applicants are
employed, and that employees are treated d uring employment, without
regard to their race, religion, sex, color, national origin, age or
disability. Such action shall include: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship, pre -apprenticeship, and/or on-
the-job training."
2. EEO Officer: The contractor will designate and make known to the
contracting officers an EEO Officer who will have the responsibility for
and must be capable of effectively administering and promoting an
active EEO program and who must be assigned adequate authority and
responsibility to do so
Page 8 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual
3. Dissemination of Policy: All members of the contractor's staff
who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially
involved in such action, will be made fully cognizant of, and will
implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then not
less often than once every six months, at which time the contractor's
EEO policy and its implementation will be reviewed and explained.
The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given
a thorough indoctrination by the EEO Officer, covering all major
aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy
will be placed in areas readily accessible to employees, applicants
for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement
such policy will be brought to the attention of employees by means
of meetings, employee handbooks, or other appropriate means.
4. Recruitment: When advertising for employees, the contractor will
include in all advertisements for employees the notation: "An Equal
Opportunity Employer." All such advertisements will be placed in
publications having a large circulation among minorities and women
in the area from which the project work force would normally be
derived.
a. The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through public
and private employee referral sources likely to yield qualified
minorities and women. To meet this requirement, the contractor will
identify sources of potential minority group employees, and establish
with such identified sources procedures whereby minority and
women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement
providing for exclusive hiring hall referrals, the contractor is
expected to observe the provisions of that agreement to the extent
that the system meets the contractor's compliance with EEO
contract provisions. Where implementation of such an agreement
has the effect of discriminating against minorities or women, or
obligates the contractor to do the same, such implementation
violates Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to refer
minorities and women as applicants for employment. Information
and procedures with regard to referring such applicants will be
discussed with employees.
S. Personnel Actions: Wages, working conditions, and employee
benefits shall be established and administered, and personnel
actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without
regard to race, color, religion, sex, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites
to insure that working conditions and employee facilities do not
indicate discriminatory treatment of project site personnel.
Exhibit 12-C
Required Federal -aid Contract Language
b. The contractor will periodically evaluate the spread of wages
paid within each classification to determine any evidence of
discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with its
obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a
reasonable time. If the investigation indicates that the discrimination
may affect persons other than the complainant, such corrective
action shall include such other persons. Upon completion of each
investigation, the contractor will inform every complainant of all of
their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing
the skills of minorities and women who are applicants for
employment or current employees. Such efforts should be aimed at
developing full journey level status employees in the type of trade or
job classification involved.
b. Consistent with the contractor's work force requirements and
as permissible under Federal and State regulations, the contractor
shall make full use of training programs, i.e., apprenticeship, and on-
the-job training programs for the geographical area of contract
performance. In the event a special provision for training is provided
under this contract, this subparagraph will be superseded as
indicated in the special provision. The contracting agency may
reserve training positions for persons who receive welfare
assistance in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and women
and will encourage eligible employees to apply for such training and
promotion.
7. Unions: If the contractor relies in whole or in part upon unions as
a source of employees, the contractor will use good faith efforts to
obtain the cooperation of such unions to increase opportunities for
minorities and women. Actions by the contractor, either directly or
through a contractor's association acting as agent, will include the
procedures set forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed toward
qualifying more minorities and women for membership in the unions
and increasing the skills of minorities and women so that they may
qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an EEO
clause into each union agreement to the end that such union will be
contractually bound to refer applicants without regard to their race,
color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the
contractor, the contractor shall so certify to the contracting agency
Page 9 of 22
DLA -013 13-06 August 12, 2013
Local Assistance Procedures Manual
and shall set forth what efforts have been made to obtain such
information.
d. In the event the union is unable to provide the contractor with a
reasonable flow of referrals within the time limit set forth in the
collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies
without regard to race, color, religion, sex, national origin, age or
disability; making full efforts to obtain qualified and/or qualifiable
minorities and women. The failure of a union to provide sufficient
referrals (even though it is obligated to provide exclusive referrals
under the terms of a collective bargaining agreement) does not
relieve the contractor from the requirements of this paragraph. In
the event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246, as
amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees
with Disabilities: The contractor must be familiar with the
requirements for and comply with the Americans with Disabilities Act
and all rules and regulations established there under. Employers
must provide reasonable accommodation in all employment
activities unless to do so would cause an undue hardship.
9. Selection of Subcontractors, Procurement of Materials and
Leasing of Equipment: The contractor shall not discriminate on the
grounds of race, color, religion, sex, national origin, age or disability
in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The contractor
shall take all necessary and reasonable steps to ensure
nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT's U.S.
DOT -approved DBE program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the
basis of race, color, national origin, or sex in the performance of this
contract. The contractor shall carry out applicable requirements of
49 CFR Part 26 in the award and administration of DOT -assisted
contfacts. Failure by the contractor to carry out these requirements
is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records
as necessary to document compliance with the EEO requirements.
Such records shall be retained for a period of three years following
the date of the final payment to the contractor for all contract work
and shall be available at reasonable times and places for inspection
by authorized representatives of the contracting agency and the
FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number and work hours of minority and non -minority
group members and women employed in each work classification
on the project;
(2) The progress and efforts being made in cooperation with
unions, when applicable, to increase employment opportunities for
minorities and women; and
Exhibit 12-G
Required Federal -aid Contract Language
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of the
project, indicating the number of minority, women, and non -minority
group employees currently engaged in each work classification
required by the contract work. This information is to be reported on
Form FHWA-1391. The staffing data should represent the project
work force on board in all or any part of the last payroll period
preceding the end of July. If on-the-job training is being required by
special provision, the contractor will be required to collect and report
training data. The employment data should reflect the work force on
board during all or any part of the last payroll period preceding the
end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts
and to all related construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees
are provided in such a manner that segregation on the basis of race,
color, religion, sex, or national origin cannot result. The contractor
may neither require such segregated use by written or oral policies
nor tolerate such use by employee custom. The contractor's
obligation extends further to ensure that its employees are not
assigned to perform their services at any location, under the
contractor's control, where the facilities are segregated. The term
"facilities" includes waiting rooms, work areas, restaurants and other
eating areas, time clocks, restrooms, washrooms, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
provided for employees. The contractor shall provide separate or
single -user restrooms and necessary dressing or sleeping areas to
assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects
exceeding $2,000 and to all related subcontracts and lower -tier
subcontracts (regardless of subcontract size). The requirements
apply to all projects located within the right-of-way of a roadway that
is functionally classified as Federal -aid highway. This excludes
roadways functionally classified as local roads or rural minor
collectors, which are exempt. Contracting agencies may elect to
apply these requirements to other projects.
The following provisions are from the U.S. Department of Labor
regulations in 29 CFR 5.5 "Contract provisions and related matters"
with minor revisions to conform to the FHWA-1273 format and
FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site
of the work, will be paid unconditionally and not less often than once
a week, and without subsequent deduction or rebate on any account
(except such payroll deductions as are permitted by regulations
issued by the Secretary of Labor under the Copeland Act (29 CFR
part 3)), the full amount of wages and bona fide fringe benefits (or
cash equivalents thereof) due at time of payment computed at rates
not less than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged to
exist between the contractor and such laborers and mechanics.
Page 10 of 22
DLA -013 13-06 August 12, 2013
Local Assistance Procedures Manual
Contributions made or costs reasonably anticipated for bona fide
fringe benefits under section 1(b)(2) of the Davis -Bacon Act on
behalf of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of paragraph 1.d. of
this section; also, regular contributions made or costs incurred for
more than a weekly period (but not less often than quarterly) under
plans, funds, or programs which cover the particular weekly period,
are deemed to be constructively made or incurred during such
weekly period. Such laborers and mechanics shall be paid the
appropriate wage rate and fringe benefits on the wage determination
for the classification of work actually performed, without regard to
skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics
performing work in more than one classification may be
compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll
records accurately set forth the time spent in each classification in
which work is performed. The wage determination (including any
additional classification and wage rates conformed under paragraph
1.b. of this section) and the Davis -Bacon poster (WH -1321) shall be
posted at all 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.
b. (1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which is not listed in the
wage determination and which is to be employed under the contract
shall be classified in conformance with the wage determination. The
contracting officer shall approve an additional classification and
wage rate and fringe benefits therefore only when the following
criteria have been met:
(i) The work to be performed by the classification requested is
not performed by a classification in the wage determination; and
(ii) The classification is utilized in the area by the construction
industry; and
(iii) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their representatives,
and the contracting officer agree on the classification and wage
rate (including the amount designated for fringe benefits where
appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour
Division, Employment Standards Administration, U.S. Department
of Labor, Washington, DC 20210. The Administrator, or an
authorized representative, will approve, modify, or disapprove
every additional classification action within 30 days of receipt and
so advise the contracting officer or will notify the contracting officer
within the 30 -day period that additional time is necessary.
(3) In the event the contractor, the laborers or mechanics to be
employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and
wage rate (including the amount designated for fringe benefits,
where appropriate), the contracting officer shall refer the
questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour
Administrator for determination. The Wage and Hour
Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30 -
day period that additional time is necessary.
Exhibit 12-G
Required Federal -aid Contract Language
(4) The wage rate (including fringe benefits where appropriate)
determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this
section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work
is performed in the classification.
c. Whenever the minimum wage rate prescribed in the contract for
a class of laborers or mechanics includes a fringe benefit which is
not expressed as an hourly rate, the contractor shall either pay the
benefit as stated in the wage determination or shall pay another
bona fide fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other
third person, the contractor may consider as part of the wages of
any laborer or mechanic the amount of any costs reasonably
anticipated in providing bona fide fringe benefits under a plan or
program, Provided, That the Secretary of Labor has found, upon the
written request of the contractor, that the applicable standards of the
Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for
the meeting of obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written
request of an authorized representative of the Department of Labor,
withhold or cause to be withheld from the contractor under this
contract, or any other Federal contract with the same prime
contractor, or any other federally -assisted contract subject to Davis -
Bacon prevailing wage requirements, which is held by the same
prime contractor, so much of the accrued payments or advances as
may be considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the
contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic,
including any apprentice, trainee, or helper, employed or working on
the site of the work, all or part of the wages required by the contract,
the contracting agency may, after written notice to the contractor,
take such action as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds until such
violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained
by the contractor during the course of the work and preserved for a
period of three years thereafter for all laborers and mechanics
working at the site of the work. Such records shall contain the name,
address, and social security number of each such worker, his or her
correct classification, hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B)
of the Davis -Bacon Act), daily and weekly number of hours worked,
deductions made and actual wages paid. Whenever the Secretary of
Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any
laborer or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program described
in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall
maintain records which show that the commitment to provide such
benefits is enforceable, that the plan or program is financially
responsible, and that the plan or program has been communicated
in writing to the laborers or mechanics affected, and records which
show the costs anticipated or the actual cost incurred in providing
such benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee
programs, the registration of the apprentices and trainees, and the
ratios and wage rates prescribed in the applicable programs.
Page 11 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual
b. (1) The contractor shall submit weekly for each week in which
any contract work is performed a copy of all payrolls to the
contracting agency. The payrolls submitted shall set out accurately
and completely all of the information required to be maintained
under 29 CFR 5.5(a)(3)(i), except that full social security numbers
and home addresses shall not be included on weekly transmittals.
Instead the payrolls shall only need to include an individually
identifying number for each employee ( e.g. , the last four digits of
the employee's social security number). The required weekly payroll
information may be submitted in any form desired. Optional Form
WH -347 is available for this purpose from the Wage and Hour
Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.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 the contracting agency for transmission to the State
DOT, the FHWA or the Wage and Hour Division of the Department
of Labor for purposes of an investigation or audit of compliance with
prevailing wage requirements. It is not a violation of this section for a
prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractor for its own
records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of
Compliance," signed by the contractor or subcontractor or his or her
agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under §5.5 (a)(3)(ii) of
Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5,
and that such information is correct and complete;
(ii) That each laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the
full wages earned, other than permissible deductions as set forth
in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less
than the applicable wage rates and fringe benefits or cash
equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the
contract.
(3) The weekly submission of a properly executed certification
set forth on the reverse side of Optional Form WH -347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may
subject the contractor or subcontractor to civil or criminal
prosecution under section 1001 of title 18 and section 231 of title
31 of the United States Code.
c. The contractor or subcontractor shall make the records required
under paragraph 3.a. of this section available for inspection,
copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department
of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or
subcontractor fails to submit the required records or to make them
available, the FHWA may, after written notice to the contractor, the
DLA -OB 13-06
Exhibit 12-G
Required Federal -aid Contract Language
contracting agency or the State DOT, take such action as may be
necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the
required records upon request or to make such records available
may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined
rate for the work they performed when they are employed pursuant
to and individually registered in a bona fide apprenticeship program
registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency
recognized by the Office, or if a person is employed in his or her first
90 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the
program, but who has been certified by the Office of Apprenticeship
Training, Employer and Labor Services or a State Apprenticeship
Agency (where appropriate) to be eligible for probationary
employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in
any craft classification shall not be greater than the ratio permitted to
the contractor as to the entire work force under the registered
program. Any worker listed on a payroll at an apprentice wage rate,
who is not registered or otherwise employed as stated above, shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of
the ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination for the
work actually performed. Where a contractor is performing
construction on a project in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified in the
contractor's or subcontractor's registered program shall be
observed.
Every apprentice must be paid at not less than the rate specified in
the registered program for the apprentice's level of progress,
expressed as a percentage of the journeymen hourly rate specified
in the applicable wage determination. Apprentices shall be paid
fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not
specify fringe benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for the applicable
classification. If the Administrator determines that a different practice
prevails for the applicable apprentice classification, fringes shall be
paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and
Labor Services, or a State Apprenticeship Agency recognized by the
Office, withdraws approval of an apprenticeship program, the
contractor will no longer be permitted to utilize apprentices at less
than the applicable predetermined rate for the work performed until
an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to
work at less than the predetermined 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.
Page 12 of 22
August 12, 2013
Local Assistance Procedures Manual
The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the Employment
and Training Administration.
Every trainee must be paid at not less than the rate specified in the
approved program for the trainee's level of progress, expressed as a
percentage of the journeyman hourly rate specified in the applicable
wage determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the trainee
program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination
unless the Administrator of the Wage and Hour Division determines
that there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any
employee listed on the payroll at a trainee rate who is not registered
and participating in a training plan approved by the Employment and
Training Administration shall be paid not less than the applicable
wage rate on the wage determination for the classification of work
actually performed. In addition, any trainee performing work on the
job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed.
In the event the Employment and Training Administration withdraws
approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
c. Equal employment opportunity. The utilization of apprentices,
trainees and journeymen under this part shall be in conformity with
the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill
training programs which have been certified by the Secretary of
Transportation as promoting EEO in connection with Federal -aid
highway construction programs are not subject to the requirements
of paragraph 4 of this Section IV. The straight time hourly wage
rates for apprentices and trainees under such programs will be
established by the particular programs. The ratio of apprentices and
trainees to journeymen shall not be greater than permitted by the
terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor
shall comply with the requirements of 29 CFR part 3, which are
incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form
FHWA-1273 in any subcontracts and also require the subcontractors
to include Form FHWA-1273 in any lower tier subcontracts. The
prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract
clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract
clauses in 29 CFR 5.5 may be grounds for termination of the
contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
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.
Exhibit 12-G
Required Federal -aid Contract Language
9. Disputes concerning labor standards. Disputes arising out of
the labor standards provisions of this contract shall not be subject to
the general disputes clause of this contract. Such disputes shall be
resolved in accordance with the procedures of the Department of
Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it
(nor he or she) nor any person or firm who has an interest in the
contractor's firm is a person or firm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or
firm ineligible for award of a Government contract by virtue of
section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S.
Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract
in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act.
These clauses shall be inserted in addition to the clauses required
by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the
terms laborers and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he or
she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the
basic rate of pay for all hours worked in excess of forty hours in such
workweek.
2. Violation; liability for unpaid wages; liquidated damages. In
the event of any violation of the clause set forth in paragraph (1.) of
this section, the contractor and any subcontractor responsible
therefor shall be liable for the unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States (in
the case of work done under contract for the District of Columbia or
a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect
to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph
(1.) of this section, in the sum of $10 for each calendar day on which
such individual was required or permitted to work in excess of the
standard workweek of forty hours without payment of the overtime
wages required by the clause set forth in paragraph (1.) of this
section.
3. Withholding for unpaid wages and liquidated damages. The
FHWA or the contacting agency shall upon its own action or upon
written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable
on account of work performed by the contractor or subcontractor
under any such contract or any other Federal contract with the same
Page 13 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual
prime contractor, or any other federally -assisted contract subject to
the Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided
in the clause set forth in paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any
subcontracts the clauses set forth in paragraph (1.) through (4.) of
this section and also a clause requiring the subcontractors to include
these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the clauses set forth in paragraphs (1.)
through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts
on the National Highway System.
1. The contractor shall perform with its own organization contract
work amounting to not less than 30 percent (or a greater percentage
if specified elsewhere in the contract) of the total original contract
price, excluding any specialty items designated by the contracting
agency. Specialty items may be performed by subcontract and the
amount of any such specialty items performed may be deducted
from the total original contract price before computing the amount of
work required to be performed by the contractor's own organization
(23 CFR 635.116).
a. The term "perform work with its own organization" refers to
workers employed or leased by the prime contractor, and equipment
owned or rented by the prime contractor, with or without operators.
Such term does not include employees or equipment of a
subcontractor or lower tier subcontractor, agents of the prime
contractor, or any other assignees. The term may include payments
for the costs of hiring leased employees from an employee leasing
firm meeting all relevant Federal and State regulatory requirements.
Leased employees may only be included in this term if the prime
contractor meets all of the following conditions:
(1) the prime contractor maintains control over
the supervision of the day-to-day activities of the leased employees;
(2) the prime contractor remains responsible for the quality of
the work of the leased employees;
(3) the prime contractor retains all power to accept or exclude
individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for the
payment of predetermined minimum wages, the submission of
payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that
requires highly specialized knowledge, abilities, or equipment not
ordinarily available in the type of contracting organizations qualified
and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall
contract.
2. The contract amount upon which the requirements set forth in
paragraph (1) of Section VI is computed includes the cost of material
and manufactured products which are to be purchased or produced
by the contractor under the contract provisions,
3. The contractor shall furnish (a) a competent superintendent or
supervisor who is employed by the firm, has full authority to direct
performance of the work in accordance with the contract
DLA -013 13-06
Exhibit 12-G
Required Federal -aid Contract Language
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its own
organizational resources (supervision, management, and
engineering services) as the contracting officer determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise
disposed of except with the written consent of the contracting officer,
or authorized representative, and such consent when given shall not
be construed to relieve the contractor of any responsibility for the
fulfillment of the contract. Written consent will be given only after
the contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is not
applicable to design -build contracts; however, contracting agencies
may establish their own self -performance requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
1. In the performance of this contract the contractor shall comply
with all applicable Federal, State, and local laws governing safety,
health, and sanitation (23 CFR 635). The contractor shall provide all
safeguards, safety devices and protective equipment and take any
other needed actions as it determines, or as the contracting officer
may determine, to be reasonably necessary to protect the life and
health of employees on the job and the safety of the public and to
protect property in connection with the performance of the work
covered by the contract.
2. It is a condition of this contract, and shall be made a condition o
each subcontract, which the contractor enters into pursuant to this
contract, that the contractor and any subcontractor shall not permit
any employee, in performance of the contract, to work in
surroundings or under conditions which are unsanitary, hazardous
or dangerous to his/her health or safety, as determined under
construction safety and health standards (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that
the Secretary of Labor or authorized representative thereof, shall
have right of entry to any site of contract performance to inspect or
investigate the matter of compliance with the construction safety and
health standards and to carry out the duties of the Secretary under
Section 107 of the Contract Work Hours and Safety Standards Act
(40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high degree
of reliability on statements and representations made by engineers,
contractors, suppliers, and workers on Federal -aid highway projects,
it is essential that all persons concerned with the project perform
their functions as carefully, thoroughly, and honestly as possible.
Willful falsification, distortion, or misrepresentation with respect to
any facts related to the project is a violation of Federal law. To
prevent any misunderstanding regarding the seriousness of these
and similar acts, Form FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more places
Page 14 of 22
August 12, 2013
Local Assistance Procedures Manual
where it is readily available to all persons concerned with the
project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway or
related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection
with the construction of any highway or related project approved by
the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate, or
report submitted pursuant to provisions of the Federal -aid Roads Act
approved July 1, 1916, (39 Stat. 355), as amended and
supplemented;
Shall be fined under this title or imprisoned not more than 5 years
or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
By submission of this bid/proposal or the execution of this contract,
or subcontract, as appropriate, the bidder, proposer, Federal -aid
construction contractor, or subcontractor, as appropriate, will be
deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of
this contract is not prohibited from receiving an award due to a
violation of Section 508 of the Clean Water Act or Section 306 of the
Clean Air Act.
2. That the contractor agrees to include or cause to be included the
requirements of paragraph (1) of this Section X in every subcontract,
and further agrees to take such action as the contracting agency
may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
This provision is applicable to all Federal -aid construction contracts,
design -build contracts, subcontracts, lower -tier subcontracts,
purchase orders, lease agreements, consultant contracts or any
other covered transaction requiring FHWA approval or that is
estimated to cost $25,000 or more — as defined in 2 CFR Parts 180
and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first
tier participant is providing the certification set out below.
DLA -OB 13-06
Exhibit 12-G
Required Federal -aid Contract Language
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification set
out below. The certification or explanation will be considered in
connection with the department or agency's determination whether
to enter into this transaction. However, failure of the prospective first
tier participant to furnish a certification or an explanation shall
disqualify such a person from participation in this transaction.
c. The certification in this clause is a material representation of
fact upon which reliance was placed when the contracting agency
determined to enter into this transaction. If it is later determined that
the prospective participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal
Government, the contracting agency may terminate this transaction
for cause of default.
d. The prospective first tier participant shall provide immediate
written notice to the contracting agency to whom this proposal is
submitted if any time the prospective first tier participant learns that
its certification was erroneous when submitted or has become
erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended,"
"ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180
and 1200. "First Tier Covered Transactions" refers to any covered
transaction between a grantee or subgrantee of Federal funds and
participant (such as the prime or general contract). "Lower Tier
Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds (such as
the prime or general contractor). "Lower Tier Participant" refers any
participant who has entered into a covered transaction with a First
Tier Participant or other Lower Tier Participants (such as
subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this
proposal that, should the proposed covered transaction be entered
into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency entering
into this transaction.
g. The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transactions," provided by
the department or contracting agency, entering into this covered
transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily
excluded from the covered transaction, unless it knows that the
certification is erroneous. A participant is responsible for ensuring
that its principals are not suspended, debarred, or otherwise
ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any lower tier
prospective participants, each participant may, but is not required to,
check the Excluded Parties List System website
(https://www.epls.eov, which is compiled by the General Services
Administration.
I. Nothing contained in the foregoing shall be construed to require
the establishment of a system of records in order to render in good
faith the certification required by this clause. The knowledge and
Page 15 of 22
August 12, 2013
Local Assistance Procedures Manual
information of the prospective participant is not required to exceed
that which is normally possessed by a prudent person in the
ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these
instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency may
terminate this transaction for cause or default.
2. Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion — First Tier Participants:
a. The prospective first tier participant certifies to the best of its
knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal department or
agency;
(2) Have not within a three-year period preceding this proposal
been convicted of or had a civil judgment rendered against them for
commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly
charged by a governmental entity (Federal, State or local) with
commission of any of the offenses enumerated in paragraph (a)(2)
of this certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions (Federal,
State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of
the statements in this certification, such prospective participant shall
attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier
transactions requiring prior FHWA approval or estimated to cost
$25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower
tier is providing the certification set out below.
b. The certification in this clause is a material representation of
fact upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in addition
to other remedies available to the Federal Government, the
department, or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate
written notice to the person to which this proposal is submitted if at
any time the prospective lower tier participant learns that its
certification was erroneous by reason of changed circumstances.
d. The terms 'covered transaction," "debarred," "suspended,"
"ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180
Exhibit 12-G
Required Federal -aid Contract Language
and 1200. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
"First Tier Covered Transactions" refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant
(such as the prime or general contract). "Lower Tier Covered
Transactions" refers to any covered transaction under a First Tier
Covered Transaction (such as subcontracts). "First Tier Participant'
refers to the participant who has entered into a covered transaction
with a grantee or subgrantee of Federal funds (such as the prime or
general contractor). "Lower Tier Participant' refers any participant
who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors
and suppliers).
e. The prospective lower tier participant agrees by submitting this
proposal that, should the proposed covered transaction be entered
into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with
which this transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily
excluded from the covered transaction, unless it knows that the
certification is erroneous. A participant is responsible for ensuring
that its principals are not suspended, debarred, or otherwise
ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any lower tier
prospective participants, each participant may, but is not required to,
check the Excluded Parties List System website
(littps:H%Y%v%v.epls.gov/), which is compiled by the General Services
Administration.
h. Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render in good faith
the certification required by this clause. The knowledge and
information of participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of
business dealings.
I. Except for transactions authorized under paragraph a of these
instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency with
which this transaction originated may pursue available remedies,
including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of
this proposal, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by
any Federal department or agency.
Page 16 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual
Exhibit 12-G
Required Federal -aid Contract Language
2. Where the prospective lower tier participant is unable to certify to
any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting
this bid or proposal, to the best of his or her knowledge and belief,
that:
a. No Federal appropriated funds have been paid or will be paid,
by or on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant,
the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan, or cooperative
agreement.
b. If any funds other than Federal appropriated funds have been
paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with this Federal contract,
grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which
reliance was placed when this transaction was made or entered into.
Submission of this certification is a prerequisite for making or
entering into this transaction imposed by 31 U.S.C. 1352. Any
person who fails to file the required certification shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000
for each such failure.
3. The prospective participant also agrees by submitting its bid or
proposal that the participant shall require that the language of this
certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such recipients shall certify and disclose
accordingly.
Page 17 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
12. FEMALE AND MIONORITY GOALS
To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal -Aid Construction
Contracts," the following are goals for female and minority utilization goals„ for Federal -aid construction
contracts and subcontracts that exceed $10,000:
The nationwide goal for female utilization is 6.9 percent.
The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows:
Page 18 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual
Exhibit 12-G
Required Federal -aid Contract Language
MINORITY UTILIZATION GOALS
Page 19 of 22
DLA -OB 13-06 August 12, 2013
Goal
Economic Area
(Percent
Redding CA:
174
Non -SMSA (Standard Metropolitan Statistical Area) Counties:
6.8
CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama
Eureka, CA
175
Non -SMSA Counties:
6.6
CA Del Norte; CA Humboldt; CA Trinity
San Francisco -Oakland -San Jose, CA:
SMSA Counties:
7120 Salinas -Seaside -Monterey, CA
28.9
CA Monterey
7360 San Francisco -Oakland
25.6
CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo
7400 San Jose, CA
CA Santa Clara, CA
19.6
176
7485 Santa Cruz, CA
CA Santa Cruz
14.9
7500 Santa Rosa
CA Sonoma
9.1
8720 Vallejo -Fairfield -Napa, CA
CA Napa; CA Solano
17.1
Non -SMSA Counties:
CA Lake; CA Mendocino; CA San Benito
23.2
Sacramento, CA:
SMSA Counties:
6920 Sacramento, CA
16.1
177
CA Placer; CA Sacramento; CA Yolo
Non -SMSA Counties
14.3
CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA
Yuba
Stockton -Modesto, CA:
SMSA Counties:
5170 Modesto, CA
12.3
178
CA Stanislaus
8120 Stockton, CA
24.3
CA San Joaquin
Non -SMSA Counties
19.8
CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne
Fresno -Bakersfield, CA
SMSA Counties:
0680 Bakersfield, CA
19.1
179
CA Kern
2840 Fresno, CA
26.1
CA Fresno
Non -SMSA Counties:
23.6
CA Kings; CA Madera; CA Tulare
Page 19 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
1. Number of apprentices or trainees to be trained for each classification
2. Training program to be used
3. Training starting date for each classification
Obtain the City/County's of approval for this submitted information before you start work. The
City/County of credits you for each apprentice or trainee you employ on the work who is
currently enrolled or becomes enrolled in an approved program.
The primary objective of this section is to train and upgrade minorities and women toward journeymen status.
Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and
direct recruitment through public and private sources likely to yield minority and women apprentices or
trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the
efforts. In making these efforts, do not discriminate against any applicant for training.
Do not employ as an apprentice or trainee an employee:
1. In any classification in which the employee has successfully completed a training course leading to
journeyman status or in which the employee has been employed as a journeyman
2. Who is not registered in a program approved by the US Department of Labor, Bureau of
Apprenticeship and Training
Ask the employee if the employee has successfully completed a training course leading to journeyman status
or has been employed as a journeyman. Your records must show the employee's answers to the questions.
In your training program, establish the minimum length and training type for each classification. The
City/County of ................ and FHWA approves a program if one of the following is met:
1. It is calculated to:
■ Meet the your equal employment opportunity responsibilities
■ Qualify the average apprentice or trainee for journeyman status in the classification involved
by the end of the training period
2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it
is administered in a way consistent with the equal employment responsibilities of Federal -aid
highway construction contracts
Obtain the State's approval for your training program before you start work involving the classification
covered by the program.
Provide training in the construction crafts, not in clerk -typist or secretarial -type positions. Training is
allowed in lower level management positions such as office engineers, estimators, and timekeepers if the
training is oriented toward construction applications. Training is allowed in the laborer classification if
significant and meaningful training is provided and approved by the division office. Off-site training is
allowed if the training is an integral part of an approved training program and does not make up a
significant part of the overall training.
The City/County of .._ reimburses you 80 cents per hour of training given an employee on this
contract under an approved training program:
1. For on-site training
2. For off-site training if the apprentice or trainee is currently employed on a Federal -aid project and
you do at least one of the following:
■ Contribute to the cost of the training
■ Provide the instruction to the apprentice or trainee
■ Pay the apprentice's or trainee's wages during the off-site training period
3. If you comply this section.
Page 20 of 22
DLA -OB 13-06 August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
Each apprentice or trainee must:
1. Begin training on the project as soon as feasible after the start of work involving the apprentice's
or trainee's skill
2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work
classification or until the apprentice or trainee has completed the training program
Furnish the apprentice or trainee:
1. Copy of the program you will comply with in providing the training
2. Certification showing the type and length of training satisfactorily completed
14. TITLE VI ASSURANCES
During the performance of this Agreement, the contractor, for itself, its assignees and successors in
interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows:
(1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code
of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as
the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.
(2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion,
age, or disability in the selection and retention of sub -applicants, including procurements of materials
and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the
discrimination prohibited by Section 21.5 of the Regulations, including employment practices when
the agreement covers a program set forth in Appendix B of the Regulations.
(3) Solicitations for Sub -agreements Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be
performed under a Sub -agreement, including procurements of materials or leases of equipment, each
potential sub -applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S
obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of
race, color, or national origin.
(4) Information and Reports: CONTRACTOR shall provide all information and reports required by the
Regulations, or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the California
Department of Transportation or FHWA to be pertinent to ascertain compliance with such
Regulations or directives. Where any information required of CONTRACTOR is in the exclusive
possession of another who fails or refuses to furnish this information, CONTRACTOR shall so
certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth
what efforts CONTRACTOR has made to obtain the information.
(5) Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the
nondiscrimination provisions of this agreement, the California Department of Transportation shall
impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but
not limited to:
(a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of
time, not to exceed 90 days; and/or
(b) cancellation, termination or suspension of the Agreement, in whole or in part.
(6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through
(6) in every sub -agreement, including procurements of materials and leases of equipment, unless
exempt by the Regulations, or directives issued pursuant thereto.
Page 21 of 22
DLA -013 13-06 August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required -Federal -aid Contract Language
CONTRACTOR shall take such action with respect to any sub -agreement or procurement as the
California Department of Transportation or FHWA may direct as a means of enforcing such provisions
including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes
involved in, or is threatened with, litigation with a sub -applicant or supplier as a result of such direction,
CONTRACTOR may request the California Department of Transportation enter into such litigation to
protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter
into such litigation to protect the interests of the United States.
MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION
Page 22 of 22
DLA -OB 13-06 August 12, 2013
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Ste Res onsible Description Completion
M
Department ,�w.
......®.a. �...... ..-.�_.
..Date� ...... ..,_... 1 Cit Attorney Review, revise, and comment on draft ...e
�..,
a reement.
2 Contractin De artme
e ..._g w P their signatures Obtain at least tw
nt forward final __.__.,_.. ...�...�.��.
contractor for K
+ d w•u. c�w, T
o signed "i,��oq
_.�_......._ _........ __.................................. onals..from contractor.
............._..........._ 6_......... ._-......_-..,----
,..,...... �
3 Contracting Depze contractor-signedeemen for ,
^�
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
4 City Attorne,,. ..... �....._...� ....Re..�.__. w ....___-M ...... _ w.. ....... ry ... _ —.... . _ ..... i
ty y view and approve form of agreement;
bonds, and insurance certificates and /e.:
_endorsements. d' 5 r s
.
5........ City
Mans,...—_ ....
._.......... __......._. .. ...... _,. ........
ger / Mayor / or Agreement executed by Council authorized
De, artrnent Head 1. _
6 City Clerk City Clerk attests signatures, . r s, retains origi ...... _.
_....�_. _. ..a office-
'gnature nal a
agreement and forwards copies to the
Contracting de l
To be completed by Contracting Department:
L I-��)oukl '�il►t$'`iDv`hq�i�v�
Project Manager: PUVAlw L p l.�, V Project Name: Sys h blha r[-1.41)JA k, (4rS C)
Agendized for City Council Me ting o (if necessary):
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval
by the City Council. Save staff report (including this cover sheet) along
with all related attachments in the Team Drive (T:) 4 CITY COUNCIL
AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT -
AGENDA TOPIC]
Agenda Item # (),.. e„
Date of Meeting: 10/19/2015
From: Dean Allison
Department: Public Works
Date: 10/9/2015
Topic: AWARD A CONTRACT FOR THE REGIONAL TRANSPORTATION SYSTEM
ENHANCEMENTS REBID PROJECT.
Subject: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE REGIONAL TRANSPORTATION SYSTEM
ENHANCEMENTS REBID PROJECT, CITY PROJECT NO. 11237, TO GHILOTTI BROTHERS,
INC., IN THE AMOUNT OF $2,748,357.00.
Type: ® Resolution ❑ Ordinance
❑ Professional Services Agreement ❑ Other:
APPROVALS
® Finance Director
Remarks: Van Bach -Emailed Dean/Diane some recomemded changes
® City Attorney
Remarks: Approved with minor revisions to Staff Report and Agreement. ETD. 10/12/15
® Author, review and accept City Attorney / Finance changes
Remarks: all changes approved. 12/13/15
4 City Manager
Remarks:
FOR CITY CLERK ONLY
File No.:
Council Meeting:
Disposition:
CITY OF SAN RAFAEL - DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS
Notice is hereby given that the City of San Rafael Department of Public Works will receive bids
for furnishing all labor, materials, equipment and services for
REGIONAL TRANSPORTATION SYSTEM ENHANCEMENTS REBID
CITY PROJECT NO. 11237
FEDERAL -AID PROJECT NO. CML 5043 (036)
Project Description:
This project consists of all associated work described in the attached plans, specifications
and the provisions of this document for the modification of existing traffic signal
installations, new traffic signal installations, new underground conduit, new conduit
strapped to existing culverts/bridge structures, new curb ramps, sidewalks, curbs, gutters,
storm drainage improvements, hot mix asphalt, landscaping, and striping modifications at
various locations in downtown San Rafael.
Each bid shall be in accordance with the plans and specifications, and other contract documents,
now on file with the City Clerk, City Hall, San Rafael, California. Contract documents may be
examined at the Department of Public Works, 111 Morphew Street, San Rafael, CA 94901;
Public Works will not sell hard copies of the contract documents.
Bidders shall obtain' copies of the contract documents by logging on to
_ww��.blueprinte�press.rom/anrafael or by calling BPXpress Reprographics at (510) 559-8299
or e -mailing Richmond a blueprintexpress.co►n. Cost of contract documents shall be One
Hundred Dollars ($100.00) per set, non-refundable. Shipping and handling costs are extra and
prices range depending on the delivery method. At the bidder's request and expense, the contract
documents can be sent by overnight mail. Bidders can supply their shipper account number to
expedite processing. Electronic contract documents (PDF format) can also be ordered for a non-
refundable fee of $40 per set. All bidders must purchase a complete set of contract documents
(hard copy or PDF format) from BPXpress Reprographics to be included on the planholder's list
and to receive addenda notifications. It is the responsibility of each prospective bidder to
confirm his/her firm is on the planholder's list held at BPXpress Reprographics to ensure
receipt of any subsequent communications, including addenda. Partial sets of contract
documents are not available from the City.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascertained the general prevailing rate of per diem wages
and rates for legal holiday and overtime work in the locality where the work is to be performed
for each craft or type of workmen or mechanics needed to execute the contract which will be
awarded the successful Bidder. The prevailing rates so determined by the City are on file in the
office of the City Clerk, copies of which are available to any interested party on request.
Each bid shall be made out on the forms included in the contract documents and shall be
accompanied by cash, certified check, or bidder's bond for ten percent (10%) of the amount of
bid, made payable to the order of the City of San Rafael; shall be sealed and filed with said City
Clerk, 1400 Fifth Avenue, City Hall, Room 209, San Rafael, California 94901 on or before
Tuesday, October 6, 2015 at 11:00 a.m.
The City reserves the right to reject any or all bids or to waive any informality in a bid. The
Contractor shall have a "Class A" contractor's license in good standing registered in the State
of California at the time of award of contract.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5
[with limited exceptions from this requirement for bid purposes only under Labor Code section
1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
For the federal training program, the number of trainees or apprentices is five (5).
/2 3 C - ,
ESTHER C. BEIRNE
City Clerk
Dated: September 14, 2015
City of San Rafael • California
Form of Contract Agreement
For
Regional Transportation System Enhancements Rebid Project
City Project No. 11237
This Agreement is made and entered into this day of October 2015 by and between the City of San Rafael
(hereinafter called "City") and Ghilotti Brothers, Inc., (hereinafter called "Contractor"). Witnesseth, that the City
and the Contractor, for the considerations hereinafter named, agree as follows:
I - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to
perform all of the work described in the plans and specifications for the project entitled: Regional Transportation
System Enhancements Rebid Project, City Project No. 11237, all in accordance with the Specifications and
Contract Documents dated September 2015, which are hereby made a part of this Agreement. Contractor shall
comply with the requirements of the Insurance Requirements Sheet, which is attached hereto and incorporated
herein.
II- Time of Completion
(a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS
after the date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed, including all punchlist work, within ONE HUNDRED TWENTY (120)
WORKING DAYS and with such extensions of time as are provided for in the General Provisions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and
extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by
reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each
and every calendar day's delay in finishing the work in excess of the number of working days prescribed above; and
the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any moneys due or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total
number of each of the units of work in the following schedule completed at the unit price stated. The number of
units contained in this schedule is approximate only, and the final payment shall be made for the actual number of
units that are incorporated in or made necessary by the work covered by the Contract.
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
I
Mobilization
1
LS
@
$78,000.00
$78,000.00
2'1
Signs and Traffic Control
1
LS
@
1 $330,000.00
—
$330,000.00
3.
Clearing and Grubbing
1
LS
@
$309,197.00
—
$309,197.00
4.
Aggregate Base (Class 2)
250
TON
@
$215.00
—
$53,750.00
-T
Page 1 of 6
ITENTI
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
5.
Minor Concrete — Minor Structures
a. Type A Curb and Gutter
575
LF
@
$87.00
$50,025.00
b. Modified Type A Curb and Gutter
40
LF
@
$ 100.00
$4,000.00
c. DTe A2-6 Curb and Gutter
260
LF
@
$97.00
$25,220.00
d. 6 -inch Thick PCC Drivewg
250
SF
@
$33.00
$8,250.00
e. 4 -inch Thick PCC Sidewalk (Type A/B) -
1 Gray
8,400
SF
@
$17.00
I
$142,800.00
f 4 -inch Thick PCC Stamped Side alk
80
SF
@
$33.00
$2,640.00
L -Retaining Curb
230
LF
@
$99.00
$22,770.00
h. 6" Tall Retaining Curb
50
LF
@
$55.00
$2,750.00
i. Curb Ramp — Case A/Modified A
21
EA
@
$4,000.00
$84,000.00
j. Curb Ramp — Case B
I
EA
@
$4,200.00
$4,200.00
k. Curb
EA
@
$4,100.00
$12,300.00
1. Curb Ramp - Case F
2
EA
@
$3,700.00
$7,400.00
m. Ci�_t Type A Storm Drain Manhole
2
EA
@
$ '000.00
$14,000.00
n. Type E Catch Basin
4
EA
@
$6,000.00
$24,000.00
o. Modified Type E Catch Basin
2
EA
@
$5,000.00
$10,000.00
p. j)Te GO Catch Basin
2
EA
@
$5,500.00
$11,000.00
I
q. Type G3 Catch Basin
I
EA
@
$5,500.00
$5,500.00
r. Re -deck Turning Structure (3d/Hetherton)
I
LS
@
$8,500.00
$8,500.00
s. Re -deck Catch Basin (3d/Irwin)
I
LS
@
$4,500.00
$4,500.00
t. Reconstruct Catch Basin Top (3d/Lincoln)
I
LS
@
$4,000.00
$4,000.00
u. Cap Existing Catch Basin
2
EA
@
$1,600.00
$3,200.00
6.--
-Hot"Mix Asphalt
400
TON
@
$460.00
$184,000.00
7.
rStorm Drain Pipe
I
a. RCP (12" Class V)
270
LF
@
$444.00
$119,880.00
b. RCP (18" Class V)
65
LF
@
$555.00
$36,075.00
c. Sidewalk Underdrain (3" PVC)
I
LS
$800.00
$800.00
Page 2 of 6
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
8.
Pedestrian Barricades
a. Install New Pedestrian Barricade
3
EA
@
$1,000.00
=
$3,000.00
b. Relocate Existing Pedestrian Barricade
2
EA
@
$700.00
=
$1,400.00
c. Remove and Reinstall (Surface Mount)
ExistingPedestrian Barricade
2
EA@
$700.00
=
$1,400.00
9. 1
Adjust Existing Facilities to Grade
a. Adjust City SD Manhole Cover
4
EA
@
$900.00
=
$3,600.00
b. Adjust Sewer Cleanout Box and Cover
3
EA
@
$500.00
=
$1,500.00
c. Adjust SRSD Manhole Cover
1
EA
@
$900.00
=
$900.00
d. Adjust MMWD Gate Valve Cover
2
EA
@
$500.00
=
$1,000.00
10.
Electrical Systems
a. Traffic Signal Modifications:
2"d and Lincoln
1
LS
@
$12,000.00
=
$12,000.00
2nd and Tamal ais
1
LS
@
$7,500.00
—
$7,500.00
2nd and Netherton
1
LS
@
$37,000.00
=
$37,000.00
2nd and Irwin
I
LS
@
$61,000.00
=
$61,000.00
3`d and Lincoln
1
LS
@
$40,180.00
—
$40,180.00
3`d and Tamal ais
1
LS
@
$52,000.00
—
$52,000.00
3`d and Hetherton
1
LS
@
$37,000.00
=
$37,000.00
3`d and Irwin
I
LS
@
$72,000.00
=
$72,000.00
4`h and Lincoln
1
LS
@
$29,000.00
=
$29,000.00
41h and Irwin
1
LS
@
$42,000.00
=
$42,000.00
51h and Lincoln
1
LS
@
$6,000.00
=
$6,000.00
5`h and Irwin
1
LS
@
$6,000.00
=
$6,000.00
Mission and Lincoln
1
LS
@
$6,500.00
$6,500.00
Mission and Netherton
1
LS
@
$6,500.00
$6,500.00
Mission and Irwin
1
LS
@
$50,000.00
$50,000.00
b. Hetherton Street Lighting
1
I LS
I@
$38,000.00
$38,000.00
Page 3 of 6
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
11.
Communications System
a. Install 3" Communications Conduit
8,000
LF
@
$37.00
$296,000.00
b. Install Fiber Splice Pull Box with
19
EA
@
$2,000.00
$38,000.00
Extension
c. Install No. 6 Pull Box with Extension
20
EA
@
$1,180.00
$23,600.00
d. Install Fiber Optic Cable (144 strand) in
$4.00
$48,000.00
New Conduit
12,000
LF
@
e. Install Fiber Optic Cable (48 strand) in
110
LF
@
$2.00
$220.00
New Conduit
f Install Fiber Optic Cable (12 strand) in New
$1.50
$2,700.00
Conduit
1800
LF
@
g. Install Fiber Optic Cable (144 strand) in
1,100
LF
$4.00
$4,400.00
Existing Conduit
h. Install Fiber Optic Cable (48 strand) in
$2.00
$400.00
Existing Conduit
200
LF
@
i. Install Fiber Optic Cable (12 strand) in
$1.50
$1,500.00
Existing Conduit
1,000
LF
@
j. Install Fiber Optic Splice Closure
21
EA
@
$2,300.00
$48,300.00
k. Perform and Test Fiber Splices and
420
EA
@
$70.00
$29,400.00
Terminations
1. Install City -Furnished Fiber Optic Network
$200.00
$4,400.00
Switches
22
EA
@
m. Install Signal Interconnect Cable in
4,500
LF
@
$2.00
$9,000.00
Existing Conduit
n. Install Punchdown Block in Cabinet
9
EA
$150.00
$1,350.00
o. Install City -Furnished Ethernet Extender in
$550.00
$1,650.00
Cabinet
3
EA
12.
Variable Message Signs
4
EA
@
$14,500.00
$58,000.00
13.
Roadside Signs
a. Relocate Existing Sign(s) to New Post
15
EA
@
$350.00
$5,250.00
b. Remove and Reinstall Wqyfinding Sign
2
EA
@
$1,200.00
$2,400.00
c. Relocate Existing Sign(s) to Existing
$500.00
$500.00
Luminaire
I
EA
@
�M
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
14.
Traffic Stripes and Pavement Markings
a. Pavement Markings
1,900
SF
@
$6.70
—
$12,730.00
b. Paint Curb Red
1,300
LF
@
$1.40
—
$1,820.00
15.
Landscape Improvements
a. Hetherton Street (3`d St to 4`h St)
1
LS
@
$63,000.00
$63,000.00
Improvements
I=
b. Irwin Street (2nd St to 3`d St) Restoration
1
LS
@
$13,500.00
—
$13,500.00
16.
Federal Trainee Program
1
LS
@
$4,000.00
—
$4,000.00
GRAND TOTAL BID $2,748,357.00
V - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an
estimate covering the total quantities under each item of work that have been completed from the start of the
job up to and including the 25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together with such supporting
evidence as may be required by the City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments
made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the
filing of the notice of completion and acceptance of the work by the Public Works Department.
(d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without
retention of any portion of the payment by the public agency, by depositing securities of equivalent value with
the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities,
if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of
the securities shall be final.
VI - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall
within 5 days make such inspection, and when he finds the work acceptable under the Contract and the
Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that
the work required by this Contract has been completed and is accepted by him under the terms and conditions
thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid
to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of
said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls,
material bills, and other indebtedness connected with work have been paid, except that in case of disputed
indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to
the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has
not already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and
Page 5 of 6
without terminating the Contract, make payment of the balance due for that portion of the work fully completed
and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not
constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
File No.: 18.01.76
Page 6 of 6
CITY OF SAN RAFAEL:
Jim Schutz
City Manager
GHILOTTI BROTHERS, INC.
By
Printed Name:
Title: