Loading...
HomeMy WebLinkAboutPW Grand Ave. Intersection Modification Project; Construction1 i Agenda Item No: 7.b st SAN RAFAEL THE CITY WITH A MISSION Meeting Date: June 19, 2017 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin, City Manager Approval: Director of Public Works File No.: 18.01.77 TOPIC: SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT SUBJECT: ADOPTION OF RESOLUTIONS RELATED TO THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT, CITY PROJECT NO. 11244: 1. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING THE CONSTRUCTION CONTRACT FOR THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT TO NORTHERN PACIFIC CORPORATION IN THE AMOUNT OF $997,750.00, AND APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH NORTHERN PACIFIC CORPORATION IN A FORM APPROVED BY THE CITY ATTORNEY. 2. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARK ENGINEERING FOR INSPECTION SERVICES ASSOCIATED WITH THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT, IN THE AMOUNT OF $105,310.80, IN A FORM APPROVED BY THE CITY ATTORNEY. RECOMMENDATION: Adopt the resolutions for the Second Street and Grand Avenue Intersection Modification Project. BACKGROUND: The intersection of Second Street at Grand Avenue is located in one of the City's oldest sections of downtown near the San Rafael Canal. City records indicate that the existing traffic signal was installed in 1967. In the ensuing 50 years, vehicular traffic through this intersection has steadily increased due to land use changes, its direct connection to the Canal neighborhood, and development in east San Rafael. In December 2013, the City was awarded a $500,000 federal grant through Caltrans' Highway Safety Improvement Program (HSIP) to install traffic signal upgrades. Since that time, the City has been working on the design and right-of-way acquisition in preparation for the construction start. The project includes installation of new curb ramps, sidewalk, storm drain infrastructure, and traffic signal. Additionally, the existing pork -chop island on the southwest corner will be removed thereby eliminating a significant FOR CITY CLERK ONLY File No.: 4-1-709 / 4-3-652 Council Meeting: 06/19/2017 Disposition: Resolution 14358 / Resolution 14359 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paye: 2 safety concern of pedestrians crossing an uncontrolled portion of the street to get to the island, and moving the traffic signal pole that is occasionally struck by vehicles out of the middle of the street. On the southeast corner, the City will install a widened sidewalk that will provide for a seamless transition to the future bicycle/pedestrian bridge currently under design and scheduled as a separate capital improvement project in late fall 2017. To date, approximately $80,000 has been expended on design and documentation. In keeping with City standard practices, Public Works staff conducted a multi -modal study of the project to ensure that the most reasonable facilities for all modes of travel were included in the project design. The study was completed on March 1, 2017. Following extensive review by Caltrans, which included archeological and right of way review, the project was determined to have no significant effect on the environment and is categorically exempt under National Environmental Policy Act (NEPA) and California Environmental Quality Act (CEQA) requirements. The project was advertised in accordance with San Rafael's Municipal Code on May 11, 2017. The engineer's estimate of the construction cost was $700,000. ANALYSIS: On June 7, 2017, the following bids were received and read aloud: NAME OF BIDDER AMOUNT Northern Pacific Corporation $997,750.00 CF Contracting, Inc. $1,080,254.00 Ghilotti Bros., Inc. $1,223,122.00 Public Works staff has reviewed the referenced bids, and the bid from Northern Pacific Corporation is both responsive and responsible. All three bids exceed the engineer's estimate, with the low bid exceeding the estimate by almost $300,000. While reviewing contractor bids, staff determined that the engineer's estimate for the traffic signal upgrades was low and not representative of all the work required by the project specifications. The engineer's estimate for this project inadvertently did not include costs associated with the installation of a temporary traffic signal system. Including this cost, the engineer's estimate is $825,000. Furthermore, Public Works staff contacted two civil engineering design firms currently working on other City projects, and both confirmed that the cost for civil and electrical improvements has significantly increased throughout the Bay Area in recent months. Some of the reasons given for the difference in construction prices include that today's construction market in the Bay Area is flooded. Contractors are getting high prices from sub -contractors because of a very tight labor pool and material shortages allowing sub -contractors to pick and choose which projects they pursue. Other factors include bidding the project at the beginning of the summer when many school projects are under way and the generally compressed construction season due to the long and very wet 2016/17 storm season. Due to significant market factors driving up the cost of this project, staff evaluated the potential impacts of awarding the project now or delaying the award and re -bidding in the fall. Awarding the contract and beginning construction as soon as possible has the following advantages: 1. The City is anticipating moving forward with the installation of the Grand Avenue Pedestrian Bridge in either fall 2017, or winter 2018 depending upon the Caltrans approval process SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 3 associated with that project. The Grand Avenue Pedestrian Bridge and the Second and Grand Avenue Intersection project are directly adjacent to each other such that having two contractors performing work in the same area would be problematic. Proceeding with the Second and Grand Avenue Intersection project at this time would minimize any potential conflicts with proposed work on the Pedestrian Bridge and ensure that the pedestrian bridge is constructed as soon as it is approved. In addition, construction projects with underground work where older utilities exist often have as -built conditions that differ significantly from record drawings and other historic utility documentation. Resolving the conflicts that arise often adds time to the contract. Awarding the Second and Grand Avenue project now will allow additional time to resolve any conflicts without impacting the bridge project. 2. Local schools, including San Rafael High School, are out of class for summer break. Traffic on surrounding streets is less at this time of year compared to the late fall when school is in session. While this project will extend into the fall season, moving forward with the construction at this time will help to construct a significant amount of work during the summer and minimize inconvenience to the community. 3. In order to facilitate this project and the Grand Avenue Pedestrian Bridge, the City negotiated a temporary construction easement with the adjacent property owner. This construction easement allows the City's Contractor to construct improvements on City owned property using adjacent private property. This formal agreement, which addresses this work, conforms to federal guidelines and has an expiration date of December 31, 2017. Re -bidding this project may delay the completion of the construction such that the City may be forced to re -negotiate the agreement for the temporary construction easement with Montecito Marketplace Associates, the property owner. The City has the ability to reject all bids at this time and rebid the project; however, there is no guarantee that subsequent bids will be significantly lower than those received on June 7, 2017, in fact we expect costs to continue escalating. Based on the reasons stated above, staff recommends awarding the construction contract at this time in order to complete construction with minimal impact to the Grand Avenue Pedestrian Bridge project. In addition, beginning construction during the summer will minimize the impact to the traveling public. Due to the complex nature of this specific project and staff resource limitations, additional inspection services are required to manage the construction operations. Public Works solicited Statements of Qualifications, including billing rate schedules, for inspection services. Only one proposal was received on June 13, 2017. The Proposal was evaluated by City staff based on criteria specified in the Request for Qualifications including, but not limited to, understanding of the work to be done, previous experience with similar projects, qualified personnel, and familiarity with City standards and the local area. Staff has reviewed the proposal and has found it to be complete and within industry standards. Therefore, staff recommends authorizing the City Manager to execute a professional services agreement with Park Engineering for the required inspection services, in an amount not to exceed $105,310.80. PUBLIC OUTREACH: Public Works staff has conducted several meetings to inform the public about the traffic signal, bicycle, and pedestrian improvements on Grand Avenue between Second Street and SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 4 Francisco Boulevard East. Presentations were made in English and Spanish at the following dates and locations: • June 27, 2012 — Public Meeting at Albert J. Boro Community Center • May 27, 2015 — Sidewalk Intercept Presentation at Montecito Plaza Shopping Center • May 27, 2015 — Presentation at San Rafael Community Center on B Street • May 30, 2015 — Informational booth at Pickleweed Park If the City Council approves this project to proceed, Public Works will renew outreach by contacting affected neighbors and other groups to ensure that users of this vital intersection are aware of the upcoming construction project. The will be done using various social media and changeable message signs (CMS) near the intersection itself. FISCAL IMPACT: The following tables summarize the project budget: Project Budget: Funding Sources Highway Safety Improvement Program Grant Gas Tax Fund (Fund #206) Total Available Funds Expenses: Category — Eden Expense Code Already Charged Expenses Design -01 Supplies -07 Remaining Expenses Construction -02 Construction -02 Construction -02 Construction -02 Design -01 Total Estimated Expenses Amount Allocation I Notes $500,000.00 Federal Grant $824,150.00 $1,324,150.00 Notes $60,758.53 $20,555.39 Traffic Signal Cabinet/ Document Reproduction $997,750.00 Construction Contract Amount $99,775.28 Construction Contingency (Approx. 10%) Estimated PG&E engineering and construction $25,000.00 fees for traffic signal service Cultural Resources Monitoring and Materials $15,000.00 Testing $105,310.80 Construction Inspection Services $1,324,150.00 OPTIONS: 1. Adopt both resolutions as presented; 2. Reject all bids and direct staff to rebid both the inspection and construction for this project. If this option is chosen, soliciting new proposals or re -bidding the project will delay construction and postpone the project until the fall of 2017. 3. Reject all bids and direct staff to stop work on the project. ACTION REQUIRED: Staff recommends that the City Council: 1. Adopt the resolution awarding the construction agreement to Northern Pacific Corporation in the amount of $997,750, and approving and authorizing the City Manager to execute the agreement in a form approved by the City Attorney. 2. Adopt the resolution authorizing the City Manager to execute a professional services agreement with Park Engineering for inspection services in an amount not to exceed $105,310.80, in a form SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 5 approved by the City Attorney. ATTACHMENTS: 1. Resolution awarding the construction agreement to Northern Pacific Corporation in the amount of $997,750, and approving and authorizing the City Manager to execute the agreement in a form approved by the City Attorney 2. Resolution approving and authorizing the City Manager to execute a professional services agreement with Park Engineering for inspection services, in a form approved by the City Attorney 3. Agreements a. Northern Pacific Corporation b. Park Engineering RESOLUTION NO. 14358 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING THE CONSTRUCTION AGREEMENT FOR THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT TO NORTHERN PACIFIC CORPORATION IN THE AMOUNT OF $997,750.00, AND APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH NORTHERN PACIFIC CORPORATION IN A FORM APPROVED BY THE CITY ATTORNEY. WHEREAS, on the 7th day of June, 2017, 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: "Second Street and Grand Avenue Intersection Modification Project" City Project No. 11244 in accordance with the plans and specifications therefore on file in the office of the City Clerk; and WHEREAS, the bid of $997,750.00 from Northern Pacific Corporation 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 plans and specifications for the Second Street and Grand Avenue Intersection Modification Project, City Project No. 11244, on file in the office of the City Clerk, are hereby approved. 2. The bid of Northern Pacific Corporation is hereby accepted at the unit prices stated in its bid, and the contract for said work and improvements is hereby awarded to Northern Pacific Corporation, at the stated unit prices. 3. The City Manager and the City Clerk are authorized and directed to execute the contract with Northern Pacific Corporation in a form approved by the City Attorney, and to return the bidder's bond upon the execution of the contract. 4. The City Council approves and appropriates $824,150 in the Gas Tax Funds (#206) to cover the expenses for this project. 5. Funds totaling $500,000 will be appropriated for this project from Highway Safety Improvement Program (HSIP) grant. 6. 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 19th day of June, 2017 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ESTHER C. BEIRNE, City Clerk City of San Rafael ♦ California Agreement for Second Street and Grand Avenue Intersection Modification Project City Project No. 11244 This Agreement is made and entered into this --"�Olpday of <"ote 2017 by and between the City of San Rafael (hereinafter called City) and Northern Pacific Corporation (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: 1- Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work described in the specifications for the project entitled: Second Street and Grand Avenue Intersection Modification Project, City Project No. 11244, all in accordance with the requirements and provisions of the Contract Documents as defined in the General Conditions which are hereby made a part of this Agreement. The Contractor further agrees to abide by the federal minimum wage rates and Required Contract Provisions for Federal -Aid Construction Contracts attached hereto as Attachments A and B, respectively. II- Time of Completion (a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed, including all punchlist work, within Eiehty (80) Workine Days and with such extensions of time as are provided for in the General Provisions. 111 - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,000 for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. IV - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL PRICE QUANTITY 1. Mobilization 1 LS @ $98,000.00 = $98,000.00 2. Signs and Traffic Control 1 LS @ $150,000.00 = $150,000.00 3. Clearing and Grubbing 1 LS @ $201,000.00 = $201,000.00 4. Minor Concrete — Minor Structures a. Type A Curb and Gutter 560 LF @ $45.00 = $25,200.00 b. Vertical Curb (Median Curb & NE Corner) 200 LF @ $50.00 = $10,000.00 c. 4" Thick PCC Sidewalk and Median 3,600 SF @ $10.50 = $37,800.00 AGREEMENT -1 ITEM DESCRIPTION d. 8" Thick PCC Driveway e. Curb Ramp — Case A f. Curb Ramp — Case A Modified g. Curb Ramp —Case C h. Area Drain i. Storm Drain Catch Basin j. Storm Drain Manhole 5. Hot Mix Asphalt 6. Storm Drain Pipe a. 12 -inch PVC b. 4 -inch PVC 7. Traffic Signal Modification 8. Roadside Signs a. Install New Sign on New Post 9. Traffic Stripes and Pavement Markings a. Install Detail 9 Striping b. Install Detail 22 Striping c. Install Detail 38A Striping d. Install Detail 40 Striping e. Paint Red Curb f. Install Pavement Markings 10. Landscape Improvements a. Mulch b. Natural Turf c. Relocate Backflow Preventer and Coordinate MMWD Meter Relocation ESTIMATED UNIT UNIT PRICE TOTAL PRICE QUANTITY 700 SF @ $15.00 = $10,500.00 3 EA @ $7,950.00 = $23,850.00 1 EA @ $4,550.00 = $4,550.00 1 EA @ $3,000.00 = $3,000.00 1 EA @ $300.00 = $300.00 4 EA @ $4,700.00 = $18,800.00 3 EA @ $10,000.00 = $30,000.00 225 TON @ $300.00 = $67,500.00 130 LF @ $180.00 = $23,400.00 5 LF @ $190.00 = $950.00 1 LS @ $269,000.00 = $269,000.00 8 EA @ $350.00 = $2,800.00 200 LF @ $1.00 = $200.00 220 LF @ $3.00 = $660.00 400 LF @ $4.00 = $1,600.00 80 LF @ $5.00 = $400.00 400 LF @ $2.00 = $800.00 400 SF @ $6.00 = $2,400.00 21 CY @ $300.00 = $6,300.00 140 SF @ $16.00 = $2,240.00 1 LS @ $6,500.00 = $6,500.00 GRAND TOTAL BID: $997,750.00 AGREEMENT -2 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) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the City Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the City Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) Contractor shall provide a "Defective Material and Workmanship Bond" for 5000 of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the City Engineer so certifies, the City shall, upon certificate of the City Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the 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. AGREEMENT -3 IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: -69�& %- G . fae.Z--, Esther C. Beir•ne City Clerk APPROVED AS TO FORM: Rob Epstein City Attorney File No.: 18.01.77 CITY OF SAN RAFAEL: 44/1-1c- � Jin Sch tz `^ C' M ager Northern Pacific Corporation: Printe Name.4j C'-� I ey !�, -}� 066a -*"-0 Titler�Y�s i Giea'1�-- Northern Pacific Corporation: J Printed Name:-��� Title: �.� AGREEMENT -4 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 General Decision Number: CA170009 05/26/2017 CA9 Superseded General Decision Number: CA20160009 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alpine, Amador, Butte, Colusa, E1 Dorado, Glenn, Lassen, Marin, Modoc, Napa, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo and Yuba Counties in California. BUILDING CONSTRUCTION PROJECTS (excluding Amador County only); DREDGING CONSTRUCTION PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); AND HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 6 7 8 9 10 ASBE0016-001 01/01/2017 Publication Date 01/06/2017 01/20/2017 01/27/2017 02/17/2017 03/31/2017 04/07/2017 04/14/2017 04/21/2017 05/05/2017 05/12/2017 05/26/2017 AREA 1: MARIN, NAPA, SAN BENITO, SAN FRANCISCO, SOLANO, & SONOMA COUNTIES AREA 2: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHEMA, TRINITY, YOLO, & YUBA COUNTIES Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 1/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Coatings, and Finishes to all types of mechanical systems) Area 1 ......................$ 62.36 22.98 Area 2 ......................$ 46.96 23.10 ---------------------------------------------------------------- ASBE0016-007 01/01/2017 AREA 1 : ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO & YUBA COUNTIES AREA 2: MARIN & NAPA COUNTIES Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1 ......................$ 28.20 8.95 AREA 2 ......................$ 32.98 8.95 BOIL0549-002 10/01/2016 Rates Fringes BOILERMAKER (1) Marin & Solano Counties.$ 43.28 37.91 (2) Remaining Counties ...... $ 39.68 35.71 ---------------------------------------------------------------- BRCA0003-001 02/01/2017 Rates Fringes MARBLE FINISHER ..................$ 31.17 14.99 ---------------------------------------------------------------- BRCA0003-004 05/01/2016 AREA 1: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SUTTER, TEHAMA, YOLO AND YUBA COUNTIES AREA 2: MARIN, NAPA, SISKIYOU, SOLANO, SONOMA AND TRINITY COUNTIES Rates Fringes BRICKLAYER AREA 1 ......................$ 38.21 20.71 AREA 2 ......................$ 40.89 25.78 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 2/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 $1.25 per hour above the regular rate. ---------------------------------------------------------------- BRCA0003-008 07/01/2016 Rates Fringes TERRAZZO FINISHER ................$ 34.43 16.58 TERRAZZO WORKER/SETTER...........$ 42.41 26.31 ---------------------------------------------------------------- BRCA0003-010 04/01/2017 Rates Fringes TILE FINISHER Area 1 ......................$ 25.08 12.97 Area 2 ......................$ 24.68 15.55 Area 3 ......................$ 27.48 15.45 Area 4 ......................$ 25.60 14.90 Tile Layer Area 1 ......................$ 41.81 15.62 Area 2 ......................$ 40.06 17.43 Area 3 ......................$ 45.80 17.5 Area 4 ......................$ 42.67 17.46 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 02/01/2017 Rates Fringes MARBLE MASON .....................$ 41.77 26.76 ---------------------------------------------------------------- CARP0034-001 07/01/2016 Diver Rates Assistant Tender, ROV Tender/Technician...........$ 43.65 Diver standby ...............$ 48.61 Diver Tender ................$ 47.82 Diver wet ...................$ 93.17 Manifold Operator (mixed gas) ........................$ 52.82 Manifold Operator (Standby).$ 47.82 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 Fringes 31.40 31.40 31.40 31.40 31.40 31.40 SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 3/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 $1.00 per foot. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ---------------------------------------------------------------- CARP0034-003 07/01/2016 Rates Fringes Piledriver .......................$ 44.65 31.40 ---------------------------------------------------------------- CARP0035-001 08/01/2016 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 ......................$ 44.40 28.64 Area 3 ......................$ 39.02 28.64 Area 4 ......................$ 37.67 28.64 Drywall Stocker/Scrapper Area 1 ......................$ 22.20 16.57 Area 3 ......................$ 19.51 16.57 Area 4 ......................$ 18.84 16.57 ---------------------------------------------------------------- CARP0035-009 07/01/2016 Marin County Rates Fringes CARPENTER Bridge Builder/Highway Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 44.55 28.20 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 4/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Journeyman Carpenter ........$ 44.40 28.20 Millwright ..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0035-010 07/01/2016 AREA 1: Marin, Napa, Solano & Sonoma Counties AREA 2: Monterey, San Benito and Santa Cruz AREA 3: Alpine, Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, Yolo & Yuba counties Rates Fringes Modular Furniture Installer Area 1 Installer I ................$ 24.91 19.63 Installer II ...............$ 21.48 19.63 Lead Installer .............$ 28.36 20.13 Master Installer ...........$ 32.58 20.13 Area 2 Installer I ................$ 22.26 19.63 Installer II ...............$ 19.31 19.63 Lead Installer .............$ 25.23 20.13 Master Installer ...........$ 28.86 20.13 Area 3 Installer I ................$ 21.31 19.63 Installer II ...............$ 18.54 19.63 Lead Installer .............$ 24.11 20.13 Master Installer ...........$ 31.13 20.13 CARP0046-001 07/01/2016 E1 Dorado (West), Placer (West), Sacramento and Yolo Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 38.67 28.20 Journeyman Carpenter ........$ 38.52 28.20 Millwright ..................$ 41.02 29.79 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 07/01/2016 Alpine, Colusa, E1 Dorado (East), Nevada, Placer (East), Sierra, Sutter and Yuba Counties Rates Fringes Carpenters hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 5/40 5/26/2017 Bridge Builder/Highway https://www.wdol.gov/wdol/scafi les/davisbacon/CA9.dvb?v=10 Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw 44.40 28.20 Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 37.32 28.20 Journeyman Carpenter ........$ 37.17 28.20 Millwright ..................$ ---------------------------------------------------------------- 39.67 29.79 CARP0152-003 07/01/2016 Amador County Rates Fringes Carpenters Bridge Builder/Highway Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 37.32 28.20 Journeyman Carpenter ........$ 37.17 28.20 Millwright ..................$ 39.67 29.79 ---------------------------------------------------------------- CARP0180-001 07/01/2016 Solano County Rates Fringes Carpenters Bridge Builder/Highway Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 44.55 28.20 Journeyman Carpenter ........$ 44.40 28.20 Millwright ..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0751-001 07/01/2016 Napa and Sonoma Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 44.55 28.20 Journeyman Carpenter ........$ 44.40 28.20 Millwright ..................$ ---------------------------------------------------------------- 44.50 29.79 CARP1599-001 07/01/2016 Butte, Glenn, Lassen, Modoc, Plumas, Shasta, Siskiyou, Tehama and Trinity Counties hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 6/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Rates Fringes Carpenters Bridge Builder/Highway Carpenter ...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer .......................$ 37.32 28.20 Journeyman Carpenter ........$ 37.17 28.20 Millwright ..................$ 39.67 29.79 ---------------------------------------------------------------- ELECO180-001 06/01/2016 NAPA AND SOLANO COUNTIES Rates Fringes CABLE SPLICER ....................$ 50.97 3%+20.13 ELECTRICIAN ......................$ 46.31 22.52 ---------------------------------------------------------------- ELECO180-003 12/01/2016 NAPA AND SOLANO COUNTIES Rates Fringes Sound & Communications Installer ...................$ 35.07 3%+17.55 Technician ..................$ 39.93 3%+17.55 SCOPE OF WORK INCLUDES - SOUND & VOICE TRANSMISSION (Music, Intercom, Nurse Call, Telephone); FIRE ALARM SYSTEMS [excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs], TELEVISION & VIDEO SYSTEMS, SECURITY SYSTEMS, COMMUNICATIONS SYSTEMS that transmit or receive information and/or control systems that are intrinsic to the above. EXCLUDES - Excludes all other data systems or multiple systems which include control function or power supply; excludes installation of raceway systems, line voltage work, industrial work, life -safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excludes energy management systems. ---------------------------------------------------------------- ELEC0340-002 12/01/2016 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, NEVADA, PLACER, PLUMAS, SACRAMENTO, TRINITY, YOLO, YUBA COUNTIES Rates Fringes Communications System Sound & Communications Installer ...................$ 28.35 3%+14.46 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 7/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Sound & Communications Technician ..................$ 32.60 3%+14.46 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following TV monitoring and surveillance, background -foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music Intercom and telephone interconnect systems, Telephone systems, Nurse call systems, Radio page systems, School intercom and sound systems, Burglar alarm systems, Low voltage master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide. B. FIRE ALARM SYSTEMS Installation, wire pulling and testing C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems, Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV D. SECURITY SYSTEMS Perimeter security systems Vibration sensor systems Card access systems Access control systems Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems VSAT Data Systems Data Communication Systems RF and Remote Control Systems Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder -Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ELEC0340-003 02/01/2016 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, hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 8/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 SHASTA, SIERRA (West of Sierra Mt. Watershed), SUTTER, TEHAMA, TRINITY, YOLO & YUBA COUNTIES Rates Fringes ELECTRICIAN Remaining area ..............$ 39.06 24.51 Sierra Army Depot, Herlong..$ 48.83 18.54 Tunnel work .................$ 41.01 18.54 CABLE SPLICER: Receives 110% of the Electrician basic hourly rate. ---------------------------------------------------------------- ELEC0401-005 07/01/2016 ALPINE (east of the main watershed divide), EL DORADO (east of the main watershed divide), NEVADA (east of the main watershed), PLACER (east of the main watershed divide) and SIERRA (east of the main watershed divide) COUNTIES: Rates Fringes ELECTRICIAN ......................$ 38.50 16.82 ---------------------------------------------------------------- ELEC0551-004 06/01/2016 MARIN AND SONOMA COUNTIES Rates Fringes ELECTRICIAN ......................$ 47.40 19.78 ---------------------------------------------------------------- ELEC0551-005 12/01/2016 MARIN & SONOMA COUNTIES Rates Fringes Sound & Communications Installer ...................$ 35.07 18.91 Technician ..................$ 39.33 19.04 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. hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 9/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 ELECO659-006 01/01/2017 DEL NORTE, MODOC and SISKIYOU COUNTIES Rates Fringes ELECTRICIAN ......................$ 31.70 13.53 ---------------------------------------------------------------- ELEC0659-008 02/01/2013 DEL NORTE, MODOC & SISKIYOU COUNTIES Rates Fringes Line Construction (1) Cable Splicer ...........$ 51.09 4%+13.30 (2) Lineman, Pole Sprayer, Heavy Line Equipment Man ....$ 45.62 4%+13.30 (3) Tree Trimmer ............$ 32.07 4%+9.80 (4) Line Equipment Man ......$ 45.62 4%+9.80 (5) Powdermen, Jackhammermen...............$ 34.22 4%+9.80 (6) Groundman...............$ 31.31 4%+9.80 ---------------------------------------------------------------- ELEC1245-004 06/01/2015 42.21 14.32 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 01/01/2017 Rates Fringes ELEVATOR MECHANIC ................$ 63.44 31.585 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 10/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 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: hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 11/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Remainder TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeastern border with Shasta County Area 2: Remainder TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2: Eastern part ---------------------------------------------------------------- ENGIO003-018 06/30/2014 "AREA 1" WAGE RATES ARE LISTED BELOW "AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 12/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 RATES. SEE AREA DEFINITIONS BELOW Rates Fringes OPERATOR: Power Equipment (AREA 1:) GROUP 1 .....................$ 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 13/40 5/26/2017 Truck Crane Oiler ..........$ GROUP 3 Cranes .....................$ Hydraulic ..................$ Oiler ......................$ Truck Crane Oiler ..........$ GROUP 4 Cranes .....................$ GROUP 5 Cranes .....................$ OPERATOR: Power Equipment (Tunnel and Underground Work - AREA 1:) SHAFTS, STOPES, RAISES: GROUP 1 ....................$ GROUP 1-A ..................$ GROUP 2 ....................$ GROUP 3 ....................$ GROUP 4 ....................$ GROUP 5 ....................$ UNDERGROUND: GROUP 1 ....................$ GROUP 1-A ..................$ GROUP 2 ....................$ GROUP 3 ....................$ GROUP 4 ....................$ GROUP 5 ....................$ https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 34.16 27.44 38.45 27.44 32.67 27.44 31.66 27.44 33.89 27.44 36.43 27.44 35.13 27.44 35.95 27.44 38.32 27.44 34.59 27.44 33.36 27.44 32.22 27.44 31.08 27.44 35.85 27.44 38.32 27.44 34.59 27.44 33.26 27.44 32.12 27.44 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; hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 14/40 5/26/2017 https://www.wdol.gov/wdol/scafi les/davisbacon/CA9.dvb?v=10 Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber -Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber -tired scraper, self -loading (paddle -wheels, etc.); Rubber- tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor -drawn scraper; Tractor, compressor drill combination; Welder; Woods -Mixer (and other similar Pugmill equipment) GROUP 5: Cast -in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip -forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T -600B rock cutter or similar GROUP 6: Armor -Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck -mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro -hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi -lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck -mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Tractor; Self -loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A -frame truck, non -rotating - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 15/40 5/26/2017 https://www.wdol.gov/wdol/scafi les/davisbacon/CA9.dvb?v=10 Slip -form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir -debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader -Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe -trencher); Tub grinder wood chipper ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal -mounted, over 100 tons; Self-propelled boom -type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom -type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self-propelled boom -type lifting device 45 tons and under; GROUP 4: Boom Truck or dual purpose A -frame truck, non -rotating over 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom -type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom -type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 16/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom -type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom -type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom -type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat TUNNEL AND UNDERGROUND WORK GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator GROUP 2: Combination slusher and motor operator; Concrete pump or pumperete gun; Power jumbo operator GROUP 3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump operator; Slusher operator ----------------------------------------------------------- AREA DESCRIPTIONS: POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors] AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN IOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 17/40 5/26/2017 SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 18/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 ---------------------------------------------------------------- ENGI0003-019 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 19/40 5/26/2017 GROUP DESCRIPTIONS: https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a rating more than 65 HP. GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A -Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber -Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP. GROUP 3: Landscae Utility Operator: Small Rubber -Tired Tractor, Trencher Under 31 HP. AREA DESCRIPTIONS: AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 20/40 5/26/2017 Area 2: Remainder https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 21/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- IRON0377-002 07/01/2016 Rates Fringes Ironworkers: Fence Erector ...............$ 28.33 20.64 Ornamental, Reinforcing and Structural ..............$ 34.75 29.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00067-002 06/27/2016 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Asbestos Removal Laborer Areas A & B .................$ 20.66 10.02 LABORER (Lead Removal) Area A ......................$ 30.00 21.34 Area B ......................$ 29.00 21.34 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 22/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 Fringes Laborers: (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group .......................$ 29.09 18.66 GROUP 1 .....................$ 28.39 18.66 GROUP 1-a ...................$ 28.61 18.66 GROUP 1-c ...................$ 28.44 18.66 GROUP 1-e ...................$ 28.94 18.66 GROUP 1-f ...................$ 28.97 18.66 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, hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 23/40 5/26/2017 HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction ........$ (2) Establishment Warranty Period ......................$ Landscape Laborer (GARDENERS, HORTICULURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction ........$ (2) Establishment Warranty Period ......................$ https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 28.14 18.66 21.83 18.66 27.14 18.66 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; Chainsaw; Laser beam in connection with laborers' work; Cast -in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast -manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock -slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 24/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke -setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 25/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection". GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi -skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 26/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 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 ---------------------------------------------------------------- LAB00261-002 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 27/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 ---------------------------------------------------------------- LAB00261-007 06/30/2014 MARIN COUNTY Rates Fringes LABORER Mason Tender -Brick .......... $ 32.36 17.34 ---------------------------------------------------------------- LAB00324-004 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 28/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 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 ---------------------------------------------------------------- LAB01414-005 08/03/2016 Rates Fringes Plasterer tender .................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0016-004 01/01/2017 MARIN, NAPA, SOLANO & SONOMA COUNTIES Rates Fringes Painters: ........................ $ 38.87 22.83 PREMIUMS: EXOTIC MATERIALS - $0.75 additional per hour. hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 29/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional ---------------------------------------------------------------- PAIN0016-005 01/01/2017 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 ........... $ 40.03 24.29 ---------------------------------------------------------------- PAIN0016-007 01/01/2017 ALPINE, AMADOR, BUTTE, COLUSA. EL DORADO (west of the Sierra Nevada Mountains), GLENN, LASSEN (west of Highway 395, excluding Honey Lake), MODOC, NEVADA (west of the Sierra Nevada Mountains), PLACER (west of the Sierra Nevada Mountains), PLUMAS, SACRAMENTO, SHASTA, SIERRA (west of the Sierra Nevada Mountains), SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO & YUBA COUNTIES Rates Fringes Painters: ........................ $ 32.16 18.26 SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. PAIN0016-008 01/01/2017 MARIN, NAPA, SOLANO AND SONOMA COUNTIES Rates Fringes SOFT FLOOR LAYER .................$ 47.39 24.64 ---------------------------------------------------------------- PAIN0169-004 01/01/2017 MARIN , NAPA & SONOMA COUNTIES; SOLANO COUNTY (west of a line defined as follows: Hwy. 80 corridor beginning at the City of Fairfield, including Travis Air Force Base and Suisun City; going north of Manakas Corner Rd., continue north on Suisun Valley Rd. to the Napa County line; Hwy. 80 corridor south on hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 30/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Grizzly Island Rd. to the Grizzly Island Management area) Rates Fringes GLAZIER ..........................$ 45.13 26.79 ---------------------------------------------------------------- * PAIN0567-001 05/01/2017 EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN COUNTY (east of Highway 395, beginning at Stacey and including Honey Lake); NEVADA COUNTY (east of the Sierra Nevada Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains); AND SIERRA COUNTY (east of the Sierra Nevada Mountains) Rates Fringes Painters: Brush and Roller ............ $ 24.80 11.44 Spray Painter & Paperhanger.$ 26.04 11.44 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 = $2.00/hr *A special coating is a coating that requires the mixing of 2 or more products. ---------------------------------------------------------------- PAIN0567-007 07/01/2016 EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN COUNTY (east of Highway 395, beginning at Stacey and including Honey Lake); NEVADA COUNTY (east of the Sierra Nevada Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains) AND SIERRA COUNTY (east of the Sierra Nevada Mountains) Rates Fringes SOFT FLOOR LAYER .................$ 27.30 11.94 ---------------------------------------------------------------- PAIN0567-010 05/01/2017 EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN COUNTY (east of Highway 395, beginning at Stacey and including Honey Lake); NEVADA COUNTY (east of the Sierra Nevada Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains); AND SIERRA COUNTY (east of the Sierra Nevada Mountains) Rates Fringes Drywall (1) Taper ...................$ 29.42 12.04 (2) Steeplejack - Taper, over 40 ft with open space below .......................$ 30.92 12.04 ---------------------------------------------------------------- PAIN0767-004 01/01/2017 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 31/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO (Remainder), SUTTER, TEHAMA, TRINITY, YOLO, YUBA Rates Fringes GLAZIER ..........................$ 34.57 25.96 PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Employee rquired to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation. ---------------------------------------------------------------- * PAIN1176-001 01/01/2017 HIGHWAY IMPROVEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1 .....................$ 34.41 16.31 GROUP 2 .....................$ 29.25 16.31 GROUP 3 .....................$ 29.59 16.31 CLASSIFICATIONS GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing ---------------------------------------------------------------- PAIN1237-001 01/01/2017 ALPINE; COLUSA; EL DORADO (west of the Sierra Nevada Mountains); GLENN; LASSEN (west of Highway 395, beginning at Stacey and including Honey Lake); MODOC; NEVADA (west of the Sierra Nevada Mountains); PLACER (west of the Sierra Nevada Mountains); PLUMAS; SACRAMENTO; SHASTA; SIERRA (west of the Sierra Nevada Mountains); SISKIYOU; SUTTER; TEHAMA; TRINITY; YOLO AND YUBA COUNTIES Rates Fringes SOFT FLOOR LAYER .................$ 33.93 20.39 ---------------------------------------------------------------- PLAS0300-003 07/01/2014 Rates Fringes PLASTERER AREA 295: Alpine, Amador, Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 32/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 07/01/2016 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 37.74 19.37 ---------------------------------------------------------------- PLUM0038-002 07/01/2016 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 ...............$ 57.80 43.21 (2) All other work - NEW CONSTRUCTION RATE ...........$ 68.00 45.09 ---------------------------------------------------------------- PLUM0038-006 07/01/2016 MARIN & SONOMA COUNTIES Rates Fringes Landscape/Irrigation Fitter (Underground/Utility Fitter) ..... $ 57.80 33.46 ---------------------------------------------------------------- PLUM0228-001 01/01/2017 BUTTE, COLUSA, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY & YUBA COUNTIES Rates Fringes PLUMBER ..........................$ 38.75 28.89 ---------------------------------------------------------------- PLUM0343-001 07/01/2016 NAPA AND SOLANO COUNTIES Rates Fringes PLUMBER/PIPEFITTER hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 33/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Light Commercial ............$ 30.85 20.40 All Other Work ..............$ 47.50 28.20 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 ---------------------------------------------------------------- PLUM0442-003 01/01/2017 AMADOR (South of San Joaquin River) and ALPINE COUNTIES Rates Fringes PLUMBER ..........................$ 40.00 28.39 ---------------------------------------------------------------- PLUM0447-001 07/01/2016 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 ..................$ 47.02 22.85 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 34/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Light Commercial Work ....... $ 36.23 17.72 ---------------------------------------------------------------- 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 01/01/2017 MARIN, NAPA, SOLANO AND SONOMA COUNTIES Rates Fringes SPRINKLER FITTER (Fire Sprinklers) ......................$ 58.72 28.07 ---------------------------------------------------------------- SFCA0669-003 04/01/2017 ALPINE, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES Rates Fringes SPRINKLER FITTER .................$ 37.20 15.84 ---------------------------------------------------------------- SHEE0104-006 06/27/2016 MARIN, NAPA, SOLANO SONOMA & TRINITY COUNTIES Rates Fringes Sheet Metal Worker Mechanical Contracts $200,000 or less ............ $ 48.23 36.45 All other work ..............$ 54.58 37.08 ---------------------------------------------------------------- SHEE0104-009 07/01/2016 AMADOR, COLUSA, EL DORADO, NEVADA, PLACER, SACRAMENTO, SUTTER, YOLO AND YUBA COUNTIES Rates Fringes SHEET METAL WORKER ...............$ 40.66 32.13 ---------------------------------------------------------------- SHEE0104-010 07/01/2016 ALPINE COUNTY hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 35/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Rates Fringes SHEET METAL WORKER ...............$ 38.12 30.50 ---------------------------------------------------------------- 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 07/01/2016 MARIN, NAPA, SOLANO, SONOMA AND TRINITY COUNTIES Rates Fringes SHEET METAL WORKER (Metal Decking and Siding only) ......... $ 35.64 31.49 ---------------------------------------------------------------- SHEE0104-019 07/01/2016 BUTTE, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU AND TEHAMA COUNTIES Rates Fringes SHEET METAL WORKER Mechanical Jobs $200,000 & under .......................$ 30.61 30.25 Mechanical Jobs over $200,000 ....................$ 40.66 32.13 ---------------------------------------------------------------- TEAM0094-001 07/01/2016 Rates Fringes Truck drivers: GROUP 1 .....................$ 29.63 26.66 GROUP 2 .....................$ 29.93 26.66 GROUP 3 .....................$ 30.23 26.66 GROUP 4 .....................$ 30.58 26.66 GROUP 5 .....................$ 30.93 26.66 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- hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 36/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 axle unit); Nipper truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Single -unit flat rack (3 -axle unit); Highbed heavy duty transport; Scissor truck; Rubber -tired muck car (not self -loaded); Rubber -tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber -tired tractor GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro -lift or Swedish type extension or retracting crane; P.B. or similar type self -loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 37/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 38/40 5/26/2017 new survey is conducted. Union Average Rate Identifiers https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 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, hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb?v= 10 39/40 5/26/2017 https://www.wdol.gov/wdol/scafi 1es/davisbacon/CA9.dvb?v=10 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 hftps://www.wdol.gov/wdol/scafiles/davisbacon/CA9.dvb'?v= 10 40/40 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. DLA -OB 13-06 II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal 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 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 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 during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on- the-job training." 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 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. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. DLA -OB 13-06 Exhibit 12-G 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 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 contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and DLA -OB 13-06 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 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. DLA -OB 13-06 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 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. DLA -OB 13-06 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 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 -OB 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 of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the 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 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). 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 (httDs://www.eDIs.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 DLA -OB 13-06 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 (httos://www.enls.eov/l, 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 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 12. FEMALE AND MIONORITY GOALS Exhibit 12-G Required Federal -aid Contract Language 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 176 CA Santa Clara, CA 19.6 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 CA Stanislaus 178 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 Los Angeles, CA: SMSA Counties: 0360 Anaheim -Santa Ana -Garden Grove, CA CA Orange 4480 Los Angeles -Long Beach, CA CA Los Angeles 180 6000 Oxnard -Simi Valley -Ventura, CA CA Ventura 6780 Riverside -San Bernardino -Ontario, CA CA Riverside; CA San Bernardino 7480 Santa Barbara -Santa Maria -Lompoc, CA CA Santa Barbara Non -SMSA Counties CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA: SMSA Counties 181 7320 San Diego, CA CA San Diego Non -SMSA Counties CA Imperial Exhibit 12-G Required Federal -aid Contract Language 11.9 28.3 21.5 19.0 19.7 24.6 16.9 18.2 For each July during which work is performed under the contract, you and each non material -supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR -1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 13. FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is This section applies if a number of trainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the City/County of 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. Page 20 of 22 DLA -OB 13-06 August 12, 2013 RESOLUTION NO. 14359 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARK ENGINEERING, INC. FOR INSPECTION SERVICES ASSOCIATED WITH THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT, IN THE AMOUNT OF $105,310.80, IN A FORM APPROVED BY THE CITY ATTORNEY WHEREAS, the City has advertised and received contractor bids for Second Street and Grand Avenue Intersection Modification Project, City Project 11244; and WHEREAS, due to a staffing shortage, the City requires outside professional assistance to provide the construction inspection services for the aforementioned project; and WHEREAS, staff received a fee proposal for the required construction inspection services dated June 13, 2017 from Park Engineering, Inc.; and WHEREAS, staff has reviewed the fee proposal for $105,310.80 from Park Engineering, Inc. and has found it to be complete and within industry standards; and WHEREAS, there are sufficient funds in the Gas Tax Fund for this expenditure. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael hereby approves and authorizes the City Manager to execute a Professional Services Agreement between Park Engineering, Inc. and the City, in the form attached to the Staff Report supporting this Resolution and incorporated herein by reference, subject to final approval as to form by the City Attorney, in an amount not to exceed $105,310.80. BE IT FURTHER RESOLVED that 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 Council of said City on Monday, the 19th day of June, 2017, by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None F.11IMIWKW411I1109iIOUT I11U11.1D)9301►6TT ESTHER C. BEIRNE, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES WITH PARK ENGINEERING, INC. FOR CONSTRUCTION INSPECTION SERVICES This Agreement is made and entered into this /9** day of ` `� , 2017, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and PARK ENGINEERING, INC. (hereinafter "CONTRACTOR") RECITALS WHEREAS, the CITY has determined that professional services are required for inspection services in connection with the Second Street and Grand Avenue Intersection Modification Project, City Project No. 11244; and WHEREAS, the CONTRACTOR has agreed to render such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY'S Project Manager. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Jaemin Park is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide the services outlined in CONTRACTOR'S proposal dated June 13, 2017, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONTRACTOR as provided in Paragraph 4, and shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 0 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown in Exhibit "A" attached and incorporated herein, in an amount not to exceed $105,310.80. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on June 19, 2018, or on such earlier date when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABII.,ITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above ghall also meet the following requirements: 1. Except for professional liability insurance and worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 3 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 0104 13. 3. Except for professional liability insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR'S. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 4 D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 5 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: TO CONTRACTOR's Project Director: 16. INDEPENDENT CONTRACTOR. Bill Guerin Public Works Director City of San Rafael 111 Morphew Street San Rafael, CA 94901 Jaemin Park Park Engineering, Inc. 372 Village Square Orinda, CA 94563 For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. ti CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 7 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL JIM CH TZ, City Ma ager ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: -L A- d '- ROBERT F. EPSTEIN, Ci Attojy"F;C-- 8 CONTRACTOR By: \� Name: Jae n Park v Title: President Name: —?"T Title: v .CE P!t �3• DC,r� CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: Hunter Young Extension: 3408 Contractor Name: Park Engineering, Inc. Contractor's Contact: Jaemin Park Contact's Email: jpark@park-eng.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER CONTINUE ROUTING PROCESS WITH HARD COPY DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor Click here to 6 City Attorney Review and approve hard copy of signed enter a date. J IL agreement b. Email contract (in Word) & attachments to City 6/20/2017 ® HY Review and approve insurance in PINS and , and -7/�// .7 Atty c/o Laraine.Gittens@cityofsanrafael.org bonds (for Public Works Contracts) 2 City Attorney a. Review, revise, and comment on draft agreement 6/20/2017 ® LAG 9 City Clerk and return to Project Manager 6/20/2017 ® LAG forwards copies to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Project Manager Forward at least two originals of final agreement to 6/20/2017 N HY contractor for their signature 4 Project Manager When necessary, * contractor -sinned agreement ❑ N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ®HY Public Works Contract > $125,000 Date of Council approval 6/19/2017 PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City 7/3/2017 ® HY Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed 7/5—/1-7 J IL agreement 7 City Attorney Review and approve insurance in PINS and , and -7/�// .7 bonds (for Public Works Contracts) 8 City Manager/ Mayor Agreement executed by Council authorized official A/17 9 City Clerk Attest signatures, retains original agreement and ri I forwards copies to Project Manager -1I 1,0/ 1 June 13, 2017 Hunter Young, P.E. Associate Civil Engineer City of San Rafael 111 Morphew Street San Rafael, CA 94901 RE: Construction Inspection Services for Second -Grand Avenue Intersection Modification Dear Hunter: Park Engineering, Inc. is pleased to submit this proposal to provide construction inspection services for the Second -Grand Avenue Intersection Modification Project. We appreciate the opportunity to work with the City on this project. Chris Kinser will be the construction inspector who will support the City on this project. He will provide the day to day construction inspection and perform all the required duties including, preparing daily diary reports, interviewing contractor employees for EEO purposes, measuring quantities, coordinating with the contractor for all aspects of the work including traffic control, utility work, safety, and ensuring contract for acceptance of completed work by the City. As principal in charge, I will provide oversight to the construction inspector as well as provide any other needed support to the City. We have enclosed a brief resume for Chris, a description of recent relevant projects, and cost proposal with estimated hours and rates. Please let me know if you have any questions or if any additional information is needed. am available at any time on my mobile at 925-818-3756 or e-mail: jpark@park-eng.com. Sincerely, Orinda Office Jaemin Park, P.E. 372 Village Square President Orinda, CA 94563 Tel: 925-257-2508 Fax: 925-401-7030 Emervville Office 3960 Adeline Street, #3 Emeryville, CA 94608 Tel: 925-257-2508 Fax: 925-401-7030 RESUME CHRIS KINSER, ASSISTANT RESIDENT ENGINEER Years of Experience 21 Education B.S. Construction Management, California State University, Chico, 1996 Certifications and Training 40 hour HazWOPER and HazMat certifications Caltrans Stormwater Management SWPPP training COGZ CMMS Preventive Maintenance software Key Qualifications Chris has 21 years of experience in public works, transportation and infrastructure construction. Working in the capacity of assistant resident engineer, construction inspector, and project manager for the contractor, Chris has managed highway interchanges, roadway widenings, emergency slide and flood repairs, box culverts, multiple utility installations/relocations, signalized intersection modifications, ADA ramps and paths, landscaping and hardscaping. He has performed inspection of construction activities to ensure conformance with contract documents and has coordinated work with regulatory and oversight agencies, various utility companies, and the public. Chris is familiar with the Caltrans Standard Specifications, Standard Plans, Construction Manual, Local Assistance Procedures Manual, and the "Greenbook" Standard Specifications for Public Works Construction. Project Experience John Daly Boulevard Streetscape Improvements Project (federally funded), City of Daly City, CA - $3.3M Assistant resident engineer/construction inspector for streetscape improvements that includes roadway modifications, installation of a concrete walkway, ADA compliant ramps, landscaping, irrigation using recycled water, bioswales, Class II bicycle lanes, and pedestrian amenities such as benches and trash/recycling receptacles. The project narrowed the center median, installed street lights on the outside medians, installed new decorative street lights for the pedestrian walkway, modified traffic signals at three intersections, repaired base sections of roadway with deep lift HMA, resurfaced the entire length of the project with HMA, installed new striping and decorative stamped AC crosswalks. The project required coordination with Caltrans, Samtrans, SF MUNI, utility companies, and various departments within the City. Detroit Avenue Bicycle and Pedestrian Improvements Project (federally funded), City of Concord, CA - $4M Assistant resident engineer/ construction inspector for this federally funded (OBAG) project constructing roadway and streetscape improvements on Detroit Avenue from Monument Blvd. to Clayton Road. Work on this $4M project involves full street rehabilitation including, grading, AC paving, signals and lighting, new curb, gutter and sidewalks, new curb ramps, drainage improvements, irrigation and lighting, and enhanced striping and pavement markings. EI Monte Road Preservation Project (federally funded), Town of Los Altos Hills, CA - $500K Assistant resident engineer/construction inspector for this federally funded project that removes, replaces and adds concrete curb ramps, and installs portions of new curb and gutter. Other work includes two inches of grinding and overlay of the existing roadway with new hot mix asphalt. Traffic detector loops and existing striping is being replaced and various utility covers and frames will be adjusted to the finished grade of the new pavement. Work requires closely monitored, daily traffic control as all the improvement work takes place through the busy area of the 1-280 and EI Monte Road interchange and adjacent to Foothill College and also requires coordination with Caltrans for ramp closures. RELEVANT PROJECT EXPERIENCE John Daly Boulevard Streetscape Improvements (Federally Funded), City of Daly City, California Park Engineering, Inc. is providing construction management and Reference Roland Yip, P.E., QSP/QSD inspection services to the City for streetscape improvements to Civil Engineering Associate encourage multimodal travel on John Daly Boulevard between City of Daly CityEngineering Division Mission Street transit hubs and the Daly City BART station, and (650) 991-8155 includes installation of such elements as Class II bicycle lanes, ADA San Rafael, CA 94901 compliant features, and a widened and buffered sidewalk with seating. The City received a federal grant from the One Bay Area Grant (OBAG) program and the Measure A Grant from the San Mateo County Transportation Authority (SMCTA) for the construction. As -Needed Project Management and Construction Management Services City of San Rafael, Public Works Department, San Rafael, California Park Engineering provided construction management and inspection Reference Kevin McGowan, PE services to the City Public Works Department on various Asst. Public Works Director/ or/ City Engineer improvement projects for City owned properties. Projects range City San Rafael from $30,000 to $2,000,000. 111 Morphew Street ✓ H Street Roadway Improvements San Rafael, CA 94901 ✓ Regional Transportation Safety Enhancement Project (415) 485-3389 ✓ Canal Street Storm Water Pump Station Repair Project ✓ 1309 5th Ave Demo & Parking Lot Construction ✓ Terra Linda Pool House Renovation ✓ B Street Community Center Siding Replacement ✓ City -Owned Parking Structure Study City of Concord, Construction Management and Inspection Services, Concord, California Park Engineering is provided construction management and Reference Mario Camorongan, PE inspection services for City public works projects, including street CIP Manager rehabilitation, bicycle lanes, pedestrian improvements, bridges and City of Concord roadway improvements. Projects include: 1455 Gasoline Alley Concord, CA 94520 ✓ City of Concord City-wide Bridge Program (Federally Funded) (925) 671-3021 ✓ Detroit Avenue Bicycle and Pedestrian Improvements Project (Federally Funded) ✓ Central Concord Pedestrian Improvements Streetscape Project ✓ Franquette Avenue Pedestrian and Bike Trail ✓ Ellis Lake Park Restroom Improvements EI Monte Road Preservation Project (Federally Funded), Town of Los Altos Hills, California Park Engineering provided construction management and inspection for this Federally Funded project that removed, replaced and add a number of concrete curb ramps, installed portions of new curb and gutter, and grinded and repaved the roadway with new hot mix asphalt. Work also included traffic detector loops and signal modification replacement of existing striping. Reference John Chau Assistant Engineer Town of Los Altos Hills (650) 947-2510 jchau@losaltoshills.ca.gov City of San Rafael Second -Grand Avenue Intersection Improvements Cost Proposal for Construction Inspection Services Rates Hours Total Total Name/Classification Regular Overtime Regular Overtime Cost Loaded Rate Rate Construction Hours Hours Chris Kinser $ 125.37 $ 188.06 840 840 0 $ 105,310.80 Assistant Resident Engineer Total = $ 105,310.80 1. Rate includes vehicle, mobile phone, laptop and all equipment required to perform required duties. 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:) --> CITY COUNCIL AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT - AGENDA TOPIC] Agenda Item # Date of Meeting: 6/19/2017 From: Bill Guerin Department: Public Works Date: 6/13/2012 Topic: SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT Subject: ADOPTION OF RESOLUTIONS RELATED TO THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT, CITY PROJECT NO. 11244: 1. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING THE CONSTRUCTION CONTRACT FOR THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT TO NORTHERN PACIFIC CORPORATION IN THE AMOUNT OF $997,750.00, AND APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH NORTHERN PACIFIC CORPORATION IN A FORM APPROVED BY THE CITY ATTORNEY. 2. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARK ENGINEERING FOR INSPECTION SERVICES ASSOCIATED WITH THE SECOND STREET AND GRAND AVENUE INTERSECTION MODIFICATION PROJECT, IN THE AMOUNT OF $105,310.80, IN A FORM APPROVED BY THE CITY ATTORNEY. Type: ® Resolution ❑ Ordinance ❑ Professional Services Agreement ❑ Other: Staff Report APPROVALS ❑ Finance Director Remarks: Approved -Van 6/13/17 F City Attorney Remarks: LG- Approved 6/14/ 17 ® Author, review and accept City Attorney / Finance changes :0111111MWi ® City Manager Remarks: FOR CITY CLERK ONLY File No.: Council Meeting: Disposition: