HomeMy WebLinkAboutAgenda Report - November 20, 2013 C-07AGENDA ITEM
C-1
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Sacramento Street Streetscape Project to
A. M. Stephens Construction Company, Inc., of Lodi ($1,182,228.40) and
Appropriating Funds ($518,784)
MEETING DATE: November 20, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Sacramento Street
Streetscape project to A. M. Stephens Construction Company, Inc.,
of Lodi, in the amount of $1,182,228.40, and appropriating funds in
the amount of $518,784.
BACKGROUND INFORMATION: The project consists of reconstructing Sacramento Street from
Lodi Avenue to Oak Street by installing 17,400 square feet of new
decorative and pedestrian -friendly sidewalks with intersection
bulb -outs, 1,900 tons of asphalt concrete, landscape improvements, decorative lighting, and street
furniture; and other incidental and related work, all as shown on the plans and specifications for the project.
The proposed streetscape improvements are intended to bridge the architectural elements between the
previous improvements on Lodi Avenue and Sacramento Street (north of Pine Street); improve safety,
access and comfort to pedestrian traffic; enhance the experience of using the City's GrapeLine fixed
route and Dial -A -Ride systems; and to encourage pedestrian -friendly commercial opportunities that will
promote the City's downtown business core.
Plans and specifications for this project were approved on June 19, 2013. The City received the
authorization to proceed from Caltrans on August 2, 2013. The City received the following seven bids for
this project on October 22, 2013.
Bidder
Engineer's Estimate
A. M. Stephens Construction
George Reed, Inc.
Redgwick Construction
Sierra National Construction
Diede Construction
McGuire Hester
B&M Builders
Location
Bid
$1,113,984.20
Lodi
$1,182,228.40
Modesto
$1,237,852.00
Oakland
$1,248,674.50
Carmichael
$1,262,821.00
Woodbridge
$1,303,315.10
Oakland
$1,475,317.50
Rancho Cordova
$1,542,192.75
Redgwick Construction submitted a bid protest on October 28, 2013. The protest claimed that the two
low bidders did not provide a sufficient good faith effort to solicit participation by Disadvantaged Business
Enterprises (DBEs) for this project. While the two low bidders listed a zero percent participation level,
none of the bidders were able to obtain the 21.03% DBE contract goal that had been determined for this
project. Redgwick Construction listed a participation level of six percent but did not achieve the goal. In
fact, all other bidders who submitted documentation reported zero percent participation.
APPROVED: Vii\.
Konradt Bartlam, City -Manager
anager
K:\WP\PROJECTS\STREETS\Sacramento Street\Streetscape\CAward.doc
11/8/2013
Adopt Resolution Awarding Contract for Sacramento Street Streetscape Project to A. M. Stephens
Construction Company, Inc., of Lodi ($1,182,228.40) and Appropriating Funds ($518,784)
November 16, 2013
Page 2
Per the federal guidance in 49 CFR Part 26 Appendix A, "Guidance Concerning Good Faith Efforts":
"...when the apparent successful bidder fails to meet the contract goal but others meet it, you may
reasonably raise the question of whether, with additional reasonable efforts, the apparent
successful bidder could have met the goal."
Moreover, the low bidder did engage in the following good faith efforts:
1) Contacted 15 DBEs to solicit interest
2) Advertised in DBE exchanges, including Construction Update and Minority Bidders Bulletin
3) Split the contract work items into economically feasible units to allow DBEs to bid
Based on the efforts listed above, Caltrans District 10 DBE Compliance Officer counseled that the apparent
low bidder met the good faith effort requirement. Because the other bidders did not meet the goal, the City
does not find that with additional reasonable efforts the apparent low bidder could have met the goal. As
such, staff recommends that Council award the project to the apparent low bidder, A. M. Stephens
Construction Company, Inc.
This project is budgeted in FY 2013/14. The budgeted amount and requested appropriation cover the
contract, engineering, inspection and project contingencies. The Water Fund allocation will be paying for
the water main relocation in Sacramento Street and the Wastewater Fund allocation will be paying for the
storm drainage improvements within the project limits. This work will be in addition to minor landscaping
and vegetation removal being performed by the Regional Conservation Corps. The work being
performed by the Corps was awarded by Council on June 19, 2013.
FISCAL IMPACT: There will be a slight increase in the long-term maintenance of the
decorative streetlights, landscape and streetscape and
a short-term
decrease in street maintenance costs.
FUNDING AVAILABLE: Federal Transportation Enhancement Fund (331126):
$500,000
Measure K Fund (325067):
$300,000
Street Fund (320126):
$145,749
Total
$945,749
REQUESTED APPROPRIATION:
Federal Transportation Enhancement Fund (331126):
$335,000
Water Fund (181691):
$127,479
Wastewater Fund (171691):
$56,304
Total
$518,784
Jordan yers
Deputy City Manager/Internal Services Director
Fv-r F. Wally Sandelin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWS/LC/pmf
cc: Deputy Public Works Director— City Engineer
Senior Civil Engineer
Management Analyst — Areida-Yadav
A. M. Stephens Construction Company, Inc.
K:\WP\PROJECTS\STREETS\Sacramento Street\Streetscape\CAward.doc
11/8/2013
SACRAMENTO STREET STREETSCAPE PROJECT
Lodi Avenue to Oak Street
RPSTPLE 5154 (044)
CITY OF LODI, CALIFORNIA
CONTRACT
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and A. M. STEPHENS CONSTRUCTION COMPANY, INC., herein
referred to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated herein by
this reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 2010 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
All of the above documents, sometimes hereinafter referred to as the "Contract Documents,"
are intended to cooperate so that any work called for in one and not mentioned in the other is to
be executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in the two
bonds bearing even date with these presents and hereunto annexed, the Contractor agrees
with the City, at Contractor's cost and expense, to do all the work and furnish all the materials
except such as are mentioned in the specifications to be furnished by the City, necessary to
construct and complete in a good workmanlike and substantial manner and to the satisfaction
of the City the proposed improvements as shown and described in the Contract Documents
which are hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does
hereby employ, the Contractor to provide all materials and services not supplied by the City and
to do the work according to the terms and conditions for the price herein, and hereby contracts
to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the
General Provisions, in the manner and upon the conditions above set forth; and the said parties
for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree
to the full performance of the covenants herein contained.
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing
wage rate and other employer payments for health and welfare, pension, vacation, travel time,
contract.doc 1 11/04/13
and subsistence pay, apprenticeship or other training programs. The responsibility for
compliance with these Labor Code requirements is on the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced
in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or
from the action of the elements, or from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the work until its acceptance by the City, and for
all risks of every description connected with the work; also for all expenses incurred by or in
consequence of the suspension or discontinuance of work and for well and faithfully completing
the work, and the whole thereof, in the manner and according to the Plans and Contract
Documents and the requirements of the Engineer under them, to -wit:
Perform the work necessary to install 1,900 tons of asphalt concrete pavement, 1,540 linear
feet of concrete curb and gutter, 17,400 square feet of decorative sidewalk, 8,000 square feet
of concrete paver pavement, 671 linear feet of 8 -inch water pipe, streetlight system, landscape
system, and other incidental and related work, all as shown on the plans and specifications for
"Sacramento Street Streetscape Project, Lodi Avenue to Oak Street".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1. Traffic Control LS 1 $ 5,000.00 $ 5,000.00
2. Construction Notification
3. Water Pollution Control
4. Excavation Safety
5. Remove Existing Rails
6. Clearing and Grubbing
7. Water Pipe Abandonment
8. Roadway Excavation
9. Import Borrow
10. Compact Original Ground
Contract.doc
LS
1
$
3,500.00
$
3,500.00
LS
1
$
2,000.00
$
2,000.00
LS
1
$
4,440.00
$
4,440.00
LS
1
$
24,250.00
$
24,250.00
LS
1
$
32,600.00
$
32,600.00
LS
1
$
8,650.00
$
8,650.00
CY
1,940
$
16.50
$
32, 010.00
TON
460
$
10.00
$
4,600.00
SF
49,950
$
0.20
$
9,990.00
2
11/04/13
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
11.
Miscellaneous Concrete
Compaction
SF
26,541
$
2.00
$
53,082.00
12.
Asphalt Concrete
TON
1,907
$
86.50
$
164,955.50
13.
Miscellaneous Paving
TON
15
$
620.00
$
9,300.00
14.
Concrete Pavers Intersection
SF
8,000
$
11.40
$
91,200.00
15.
Concrete Sidewalk/ Wheelchair
Ramp
SF
9,780
$
5.30
$
51,834.00
16.
Concrete Pavers Sidewalk
SF
7,620
$
9.75
$
74,295.00
17.
Concrete Curb and Gutter
LF
1,540
$
31.00
$
47,740.00
18.
Concrete Alley Approach
SF
1,243
$
8.50
$
10,565.50
19.
Concrete Driveway
SF
4,048
$
9.30
$
37,646.40
20.
Install Truncated Dome Panel
SF
168
$
37.75
$
6,342.00
21,
Through -the -Curb Drain
EA
7
$
100.00
$
700.00
22.
12 -Inch Storm Drain
LF
120
$
80.00
$
9,600.00
23.
15 -Inch Storm Drain
LF
180
$
110.00
$
19,800.00
24.
Install 24 -Inch Storm Drain Riser EA
2
$
1,100.00
$
2,200.00
25.
Install 48 -Inch Storm Drain
Manhole
EA
1
$
3,600.00
$
3,600.00
26.
Adjust Storm Drain Manhole
Frame & Cover to Grade
EA
3
$
670.00
$
2,010.00
Contract.doc 3 11104/13
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
27.
Install Side Inlet Catch Basin
EA
7
$
1,000.00
$
7,000.00
28;
Install 8 -Inch Water Pipe
LF
671
$
58.00
$
38,918.00
29.
Install 8 -Inch Water Valve
EA
4
$
2,550.00
$
10,200.00
30.
Install 12 -Inch Water Valve
EA
1
$
3,330.00
$
3,330.00
31.
Hot Tap Water Pipe
EA
2
$
2,890.00
$
5,780.00
32.
Install 8X12 Cross (Water)
EA
1
$
4,275.00
$
4,275.00
33.
Install 1 -Inch Water Service
EA
2
$
2,165.00
$
4,330.00
34.
Install Fire Hydrant, Valve and
Lateral
EA
3
$
6,100.00
$
18,300.00
35.
Adjust Water Valve Frame and
Cover to Grade
EA
6
$
670.00
$
4,020.00
36.
Furnish Water Valve Frame and
Cover
EA
13
$
640.00
$
- 8,320.00
37.
Adjust Wastewater Manhole
Frame & Cover to Grade
EA
3
$
670.00
$
2,010.00
38.
Street Sign Post
EA
15
$
240.00
$
3,600.00
39.
Reset Pavers
SF
300
$
12.20
$
3,660.00
40.
Traffic Striping
LS
1
$
5,200.00
$
5,200.00
41.
Traffic Loops System
LS
1
$
3,900.00
$
3,900.00
42.
Street Light System
LS
1
$210,400.00
$ 210,400.00
Contract.doc
4
11(04113
ITEM
NO. DESCRIPTION
43. Electrical System
44. Street Furniture
45. Tree Well (In Street)
46. Tree Well (In Sidewalk)
47. Irrigation System
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should
there be any conflict between the terms of this instrument and the Bid Proposal of the
Contractor, then this instrument shall control and nothing herein shall be considered as an
acceptance of the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Special Provisions. All labor or
materials not mentioned specifically as being done by the City will be supplied by the Contractor
to accomplish the work as outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15
calendar days after the City Manager has executed the contract and to diligently prosecute to
completion within 90 WORKING DAYS.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE
SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE
DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT.
Contract.doc 5 11/04/13
EST'D.
UNIT
QTY
UNIT PRICE
TOTAL PRICE
LS
1
$ 47,900.00
$ 47,900.00
LS
1
$ 27,740.00
$ 27,740.00
EA
7
$ 1,720.00
$ 12,040.00
EA
17
$ 835.00
$ 14,195.00
LS
1
$ 35,200.00
$ 35,200.00
TOTAL
$1,182,228.40
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should
there be any conflict between the terms of this instrument and the Bid Proposal of the
Contractor, then this instrument shall control and nothing herein shall be considered as an
acceptance of the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Special Provisions. All labor or
materials not mentioned specifically as being done by the City will be supplied by the Contractor
to accomplish the work as outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15
calendar days after the City Manager has executed the contract and to diligently prosecute to
completion within 90 WORKING DAYS.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE
SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE
DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT.
Contract.doc 5 11/04/13
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Konradt Bartlam
City Manager
By: Date:
Title
Attest
City Clerk
(CORPORATE SEAL) Approved As To Form
D. Stephen Schwabau
City Attorney
Contract.doc 6 11/04/13
DLA -OB 12-05 - Attachment 1 - LAPM Exhibit 12-E, Attachment B
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
Il. 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.
FHWA-1273 -- Revised May 1, 2012
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.
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 GFR 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 26 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.
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
contractors 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 halt 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.
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 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 I
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
(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.
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.
(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.
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 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.
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,
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 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
contractus 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 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 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 amendec
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.
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 (httos://www.enls.aov!), 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 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
10
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 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.epls.00v/), 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.
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.
..*r►
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.
11
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS
This provision is applicable to all Federal -aid projects funded
under the Appalachian Regional Development Act of 1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on-site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1c) shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract work, (b) the number of employees required in
each classification, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work, the
information submitted by the contractor in the original job order
is substantially modified, the participant shall promptly notify
the State Employment Service,
3. The contractor shall 'give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.
4. If, within one week following the placing of a job order by
the contractor with the State Employment Service, the State
Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants, Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate, the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph (1 c)
above.
5. The provisions of 23 CFR 633.207(e) allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region,
12
6. The contractor shall include the provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on-site work.
Female and Minority Goals
To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal -Aid Construction
Contracts," the following 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:
Minority Utilization Goals
Economic Area
Goal
Percent
174
Redding CA:
Non -SMSA Counties:
6.8
CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siski ou; CA Tehema
175
Eureka, CA
Non -SMSA Counties:
6.6
CA Del Norte; CA Humboldt; CA Trinity
176
San Francisco -Oakland -San Jose, CA:
SMSA Counties:
7120 Salinas -Seaside -Monterey, CA
28.9
CA Monterey
7360 San Francisco -Oakland
25.6
CA Alameda; CA Contra Costa, CA Marin; CA San Francisco; CA San Mateo
7400 San Jose, CA
CA Santa Clara, CA
19.6
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
177
Sacramento, CA:
SMSA Counties:
6920 Sacramento, CA
16.1
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
178
Stockton -Modesto, CA:
SMSA Counties:
5170 Modesto, CA
12.3
CA Stanislaus
8120 Stockton, CA
24.3
CA San Joaquin
Non -SMSA Counties
19.8
CA Alpine, CA Amadora CA Calaveras; CA Mariposa; CA Merced; CA Toulumne
179
Fresno -Bakersfield, CA
SMSA Counties:
0680 Bakersfield, CA
19.1
CA Kern
2840 Fresno, CA
26.1
CA Fresno
Non -SMSA Counties:
23.6
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.
Training
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 1 st 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 of 's approval for this submitted information before you start work. The
City/County of credits you for each apprentice or trainee you employ on the work who is currently
enrolled or becomes enrolled in an approved program.
The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make
every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct
recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the
extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making
these efforts, do not discriminate against any applicant for training.
Do not employ as an apprentice or trainee an employee:
14
CA Kin • CA Madera- CA Tulare
180
Los Angeles, CA:
SMSA Counties:
0360 Anaheim -Santa Ana -Garden Grove, CA
11.9
CA Orange
4480 Los Angeles -Long Beach, CA
28.3
CA Los Angeles
6000 Oxnard -Simi Valley -Ventura, CA
21.5
CA Ventura
6780 Riverside -San Bernardino -Ontario, CA
19.0
CA Riverside; CA San Bernardino
7480 Santa Barbara -Santa Maria -Lompoc, CA
19.7
CA Santa Barbara
Non -SMSA Counties
24.6
CA In o• CA Mono; CA San Luis Obispo
181
San Diego, CA:
SMSA Counties
7320 San Diego, CA
16.9
CA San Diego
Non -SMSA Counties
18.2
CA Imperial
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.
Training
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 1 st 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 of 's approval for this submitted information before you start work. The
City/County of credits you for each apprentice or trainee you employ on the work who is currently
enrolled or becomes enrolled in an approved program.
The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make
every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct
recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the
extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making
these efforts, do not discriminate against any applicant for training.
Do not employ as an apprentice or trainee an employee:
14
1. In any classification in which the employee has successfully completed a training course leading to
journeyman status or in which the employee has been employed as a journeyman
2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship
and Training
Ask the employee if the employee has successfully completed a training course leading to journeyman status or has
been employed as a journeyman. Your records must show the employee's answers to the questions.
In your training program, establish the minimum length and training type for each classification. The City/County
of and FHWA approves a program if one of the following is met:
1. It is calculated to:
1.1. Meet the your equal employment opportunity responsibilities
1.2. Qualify the average apprentice or trainee for journeyman status in the classification involved by the
end of the training period
2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training and it is
administered in a way consistent with the equal employment responsibilities of federal -aid highway
construction contracts
Obtain the State's approval for your training program before you start work involving the classification covered by
the program.
Provide training in the construction crafts, not in clerk -typist or secretarial -type positions. Training is allowed in
lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented
toward construction applications. Training is allowed in the laborer classification if significant and meaningful
training is provided and approved by the division office. Off-site training is allowed if the training is an integral part
of an approved training program and does not make up a significant part of the overall training.
The City/County of reimburses you 80 cents per hour of training given an employee on this contract
under an approved training program:
1. For on-site training
2. For off-site training if the apprentice or trainee is currently employed on a federal -aid project and you do at
least one of the following:
2.1. Contribute to the cost of the training
2.2. Provide the instruction to the apprentice or trainee
2.3. Pay the apprentice's or trainee's wages during the off-site training period
3. If you comply with this section.
Each apprentice or trainee must:
1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or
trainee's skill
2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work
classification or until the apprentice or trainee has completed the training program
Furnish the apprentice or trainee:
1. Copy of the program you will comply with in providing the training
2. Certification showing the type and length of training satisfactorily completed
Maintain records and submit reports documenting your performance under this section.
15
General Decision Number: CA130029 10/04/2013 CA29
Superseded General Decision Number: CA20120029
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings,
Madera, Mariposa, Merced, Monterey, San Benito, San Francisco,
San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and
Tuolumne Counties in California.
BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not
include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does
not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS
Modification Number
0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
ASBE0016-001 01/01/2013
Publication Date
01/04/2013
01/18/2013
02/08/2013
03/01/2013
03/08/2013
03/22/2013
04/05/2013
04/12/2013
05/10/2013
05/31/2013
06/07/2013
07/05/2013
07/19/2013
08/09/2013
08/23/2013
08/30/2013
09/06/2013
09/20/2013
09/27/2013
10/04/2013
AREA 1: ALAMEDA, CONTRA COSTA, LAKE, MARIN, MENDOCINO,
MONTEREY, NAPA, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA
CLARA, SANTA CRUZ, SOLANO, & SONOMA COUNTIES
AREA 2: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE,
EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LASSEN, MADERA,
MARIPOSA, MERCED, MODOC, MONO, NEVADA, PLACER, PLUMAS,
SACRAMENTO, SAN JOAQUIN, SHASTA, SIERRA, SISKIYOU, STANISLAU,
SUTTER, TEHEMA, TRINITY, TULARE, TUOLUMNE, YOLO, & YUBA COUNTIES
Rates Fringes
Asbestos Workers/Insulator
Page 1 of 46
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v--19 10/22/2013
Page 2 of 46
(Includes the application of
all insulating materials,
Protective Coverings,
Coatings, and Finishes to all
types of mechanical systems)
Area 1 ......................$ 52.65 20.52
Area 2 .................. ...$ 42.45 18.47
ASBE0016-004 01/01/2013
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) .... $ 31.13 6.95
BOIL0549-001 01/01/2013
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
AREA 2: REMAINING COUNTIES
Rates Fringes
BOILERMAKER
Area 1, .,..$ 42.06 33.43
Area 2. .. .........$ 38.37 31.32
BRCA0003-001 06/01/2011
Rates Fringes
MARBLE FINISHER ...............:..$ 28.02 12.22
BRCA0003-003 06/01/2011
Rates Fringes
MARBLE MASON.......... .$ 39.22 18.68
BRCA0003-005 05/01/2011
Rates Fringes
BRICKLAYER
( 1) Fresno, Kings,
Madera, Mariposa, Merced....$ 34.11 19.34
( 7) San Francisco, San
Mateo ....................... $ 39.85 22.00
( 8) Alameda, Contra
Costa, San Benito, Santa
http://www.wdol.gov/wdol/scafiiles/davisbacon/CA29.dvb?v=19 10/22/2013
Clara............ ... ....$ 39.63 19.92
( 9) Calaveras, San
Joaquin, Stanislaus,
Toulumne................. .$ 35.11 18.99
(16) Monterey, Santa Cruz....$ 35.91 22.42
BRCA0003-008 07/01/2013
Rates Fringes
TERRAZZO FINISHER ................$ 33.15 13.93
TERRAZZO WORKER/SETTER ........... $ 39.95 24.39
BRCA0003-011 01/01/2011
AREA 1: Alameda, Contra Costa, Monterey, San Benito, San
Francisco, San Mateo, Santa Clara, Santa Cruz
AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne
AREA 3: Fresno, Kings, Madera, Mariposa, Merced
Rates Fringes
TILE FINISHER
Area 1........... .. .$21.44
38.50
12.31
Area 2.. ....... .......$
21.26
12.44
Area 3 ......................$
21.01
11.58
Tile Layer
Area 1...... . . .... ......$
38.61
13.73
Area 2.... .. .$
34.41
13.68
Area 3.... ...............$
29.78
13.10
CARP0022-001 07/01/2012
38.60
27.27
San Francisco County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
38.65
25.68
Journeyman Carpenter ........
$ 38.50
25.68
Millwright ..................$
38.60
27.27
CARP0034-001 01/01/2013
Diver
Rates Fringes
Assistant Tender, ROV
Tender/Technician...... .$ 39.60 29.78
Diver standby.......... .$ 43.38 29.78
Diver Tender ................$ 42.38 29.78
Page 3 of 46
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 4 of 46
Diver wet ...................$ 85.91 29.78
Manifold Operator (mixed
gas) ........................$ 47.38 29.78
Manifold Operator (Standby).$ 42.38 29.78
DEPTH PAY (Surface Diving):
050 to 100 ft $2.00 per foot
101 to 150 ft $3.00 per foot
151 to 220 ft $4.00 per foot
SATURATION DIVING:
The standby rate shall apply until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. The diver rate shall be paid for all saturation
hours.
DIVING IN ENCLOSURES:
Where it is necessary for Divers to enter pipes or tunnels,
or other enclosures where there is no vertical ascent, the
following premium shall be paid: Distance traveled from
entrance 26 feet to 300 feet: $1.00 per foot. When it is
necessary for a diver to enter any pipe, tunnel or other
enclosure less than 48" in height, the premium will be
$1.00 per foot.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
CARP0034-003 07/01/2013
Rates Fringes
Piledriver ...................$ 38.60 29.78
CARP0035-007 07/01/2012
AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa
Clara counties
AREA 2: Monterey, San Benito, Santa Cruz Counties
AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San
Joaquin, Stanislaus, Tuolumne Counties
Rates Fringes
Modular Furniture Installer
Area 1
Installer I .................$
22.61
16.71
Installer II .......... ....$
19.18
16.71
Lead Installer .............$
26.06
17.21
Master Installer ...........
$ 30.28
17.21
Area 2
Installer I ................$
19.96
16.71
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Installer II....... ......$
17.01
16.71
Lead Installer .............
$ 22.93
17.2.1
Master Installer ...........
$ 26.56
17.21
Area 3
32.62
27.02
Installer I ................$
19.01
16.71
Installer II ...............$
16.24
16.71
Lead Installer .............
$ 21.81
17.21
Master Installer ...........
$ 25.23
17.21
CAR20035-008 08/01/2013
16.31
15.65
AREA 1: Alameda, Contra Costa, San
Francisco, San Mateo, Santa
Clara counties
AREA 2: Monterey, San Benito, Santa
Cruz Counties
AREA 3: San Joaquin
AREA 4: Calaveras, Fresno, Kings,
Madera, Mariposa,
Merced,
Stanislaus, Tuolumne Counties
Rates Fringes
Drywall Installers/Lathers:
Area 1.. ..... .. .$
39.35
27.02
Area 2.......... ...........$
33.47
27.02
Area 3........................$
33.97
27.02
Area 4...................... .$
32.62
27.02
Drywall Stocker/Scrapper
Area 1 ... ..................$
19.68
15.65
Area 2 .....................:$
16.74
15.65
Area 3 ......................$
16.99
15.65
Area 4.........,,..... .$
16.31
15.65
CARP0152-001 07/01/2012
Contra Costa County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer ......................
$ 38.65
25.68
Journeyman Carpenter ........
$ 38.50
25.68
Millwright ..................$
38.60
27.27
CARP0152-002 07/01/2012
San Joaquin County
Rates Fringes
Carpenters
Bridge Builder/Highway
Page 5 of 46
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 6 of 46
Carpenter....... .......$
38.50
25.68
Hardwood Floorlayer,
38.50
25.68
Shingler, Power Saw
38.50
25.68
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer ......................
$ 32.77
25.68
Journeyman Carpenter ........
$ 32.62
25.68
Millwright.... ........ .$
35.12
27.27
CARP0152-004 07/01/2012
33.77
27.27
Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
38.50
25.68
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer,... ' ..._ ......$
31.42
25.68
JourneymanCarpenter........
$ 31.27
25.68
Millwright ..................:$
33.77
27.27
CARP0217-001 07/01/2012
San Mateo County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ................. .$
38.50
25.68
Hardwood Floorlayer,
38.50
25.68
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
38.65
25.68
Journeyman Carpenter ........
$ 38.50
25.68
Millwright ..................$
38.60
27.27
CARP0405-001 07/01/2012
Santa Clara County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
38.65
25.68
Journeyman Carpenter ........
$ 38.50
25.68
Millwright....... .........$
38.60
27.27
http://www.wdol.gov/wdol/scaftles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 7 of 46
CARP0405-002 07/01/2012
San Benito County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
32.77
25.68
Journeyman Carpenter ........
$ 32.62
25.68
Millwright . ............. .$
35.12
27.27
CARP0505-001 07/01/2012
Santa Cruz County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .................... .$
32.77
25.68
Journeyman Carpenter ........
$ 32.62
25.68
Millwright ..................$
35.12
27.27
CARP0605-001 07/01/2012
Monterey County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ....................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .......................$
32.77
25.68
Journeyman Carpenter .........
$ 32.62
25.68
Millwright ..................$
35.12
27.27
CARP0701-001 07/01/2012
Fresno and Madera Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ....................,$ 38.50 25.68
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 8 of 46
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .................... .$
Journeyman Carpenter ........ $
Millwright ............. ....$
CARP0713-001 07/01/2012
Alameda County
31.42 25.68
31.27 25.68
33.77 27.27
Rates Fringes
Carpenters
Bridge Builder/Highway
38.50
25.68
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
31.42
25.68
Filer .......................$
38.65
25.68
Journeyman Carpenter ........
$ 38.50
25.68
Millwright........... .....$
38.60
27.27
CARP1109-001 07/01/2012
Kings County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter ...................$
38.50
25.68
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer .................... .$
31.42
25.68
Journeyman Carpenter ........
$ 31.27
25.68
Millwright ..................$
33.77
27.27
ELEC0006-001 12/01/2011
ALAMEDA AND SANTA CLARA COUNTIES
Rates Fringes
Sound & Communications
Installer ................... $ 30.12 3%+13.70
Technician ..................$ 34.29 3%+13.70
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 9 of 46
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding 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);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
ELEC0006-004 12/01/2012
SAN FRANCISCO COUNTY
Rates Fringes
Sound & Communications
Installer ...................$ 31.12 3%+15.26
Technician... .............$ 38.78 3%+15,26
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; 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 for which the conductors for the fire alarm system are
installed in conduit; excluding 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);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
ELEC0006-007 06/01/2013
SAN FRANCISCO COUNTY
Rates Fringes
ELECTRICIAN...... .................$ 56.92 25.5145
ELEC0006-008 12/01/2011
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 10 of 46
Rates Fringes
Communications System
Installer ............... .$ 30.12 3%+13.70
Technician.......... ......$ 34.29 3%+13.70
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; 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 for which the conductors for the fire alarm system are
installed in conduit; excluding 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);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
ELECO100-002 06/01/2012
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 33.35 3%+18.33
ELECO100-005 12/01/2011
FRESNO, KINGS, MADERA
Rates Fringes
Communications System
Installer ..................... $ 26.43 3%+13.70
Technician................ .$ 30.09 3%+13.70
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.
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 11 of 46
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.
ELECO234-001 02/25/2013
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
ELECTRICIAN...... .. .....$ 45.65 22.57
Zone A.. .... .....$ 41.50 22.45
Zone A: All of Santa Cruz, Monterey, and San Benito Counties
within 25 air miles of Highway 1 and Dolan Road in Moss
Landing, and an area extending 5 miles east and west of
Highway 101 South to the San Luis Obispo County Line
Zone B: Any area outside of Zone A
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 12 of 46
ELECO234-003 12/01/2012
MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES
Rates Fringes
Sound & Communications
Installer.... .... .......$ 30.62 15.37
Technician ..................$ 34.86 15.37
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; 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 for which the conductors for the fire alarm system are
installed in conduit; excluding 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);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
ELEC0302-001 06/03/2013
CONTRA COSTA COUNTY
Rates Fringes
CABLE SPLICER .....................$ 51.67 25.70
ELECTRICIAN........:...,... ....$ 45.26 25.51
ELEC0302-003 12/01/2012
CONTRA COSTA COUNTY
Rates Fringes
Sound & Communications
Installer ............... ..$ 30.62 15.37
Technician........ ........$ 34.86 15.50
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 13 of 46
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding 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);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
ELEC0332-001 06/03/2013
SANTA CLARA COUNTY
Rates Fringes
CABLE SPLICER .....................$ 60.46 29.344
ELECTRICIAN ...................... $ 52.57 29.107
FOOTNOTES: Work under compressed air or where gas masks are
required, orwork on ladders, scaffolds, stacks, "Bosun's
chairs," or other structures and where the workers are not
protected by permanent guard rails at a distance of 40 to
60 ft. from the ground or supporting structures: to be paid
one and one-half times the straight -time rate of pay.
Work on structures of 60 ft. or over (as described above):
to be paid twice the straight -time rate of pay.
ELECO595-001 06/01/2012
ALAMEDA COUNTY
Rates Fringes
CABLE SPLICER ........ ...:.:,....... $ 5Q.63 3%+27.93
ELECTRICIAN....... .... .$ 45.00 3%+27.93
ELEC0595-002 06/01/2013
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
CABLE SPLICER .....................$ 38.25 9.025%+21.74
ELECTRICIAN
(1) Tunnel work ............. $ 35.70 9.025%+21.74
(2) All other work ... :.....$ 34.00 9.025%+21.74
ELEC0617-001 06/01/2013
SAN MATEO COUNTY
http://www.wdol.gov/wdol/scaftles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 14 of 46
Rates Fringes
ELECTRICIAN.................... .$ 52.00 26.24
ELEC0617-003 12/01/2012
SAN MATEO COUNTY
Rates Fringes
Sound & Communications
Installer............,.., ..$ 30.62 15.37
Technician...... ... _ $ 34.86 15.49
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; 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 for which the conductors for the fire alarm system are
installed in conduit; excluding 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);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
ELEC0684-001 06/01/2013
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
ELECTRICIAN ........................ $ 34.90 3%+17.46
CABLE SPLICER = 110% of Journeyman Electrician
ELEC1245-001 06/01/2012
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$ 48.95 14.05
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=l 9 10/22/2013
Page 15 of 46
line equipment) ....... .... $ 39.09 12.97
(3) Groundman........... ...$ 29.91 12.70
(4) Powderman...............$ 43.71 13.15
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 01/01/2013
Rates Fringes
ELEVATOR MECHANIC .......... ...... $ 58.07 25.185
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 07/01/2012
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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Rates
Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:)
AREA 1:
(1) Leverman...............$
39.68
25.69
(2) Dredge Dozer; Heavy
duty repairman .............$
34.72
25.69
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$
33.60
25.69
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$
30.30
25.69
AREA 2:
(1) Leverman...............$
41.68
25.69
(2) Dredge Dozer; Heavy
duty repairman .............$
36.72
25.69
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator ...................$
35.60
25.69
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$
32.30
25.69
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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 16 of 46
AREA 2: MODOC COUNTY
THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2
AS NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Remainder
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY:
Area 1: Remainder
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 17 of 46
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 07/01/2013
"AREA 1" WAGE RATES ARE LISTED BELOW
"AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR:
Power Equipment
(AREA 1:)
GROUP
1 .....................$
39.02
26.27
GROUP
2 .....................$
37.49
26.27
GROUP
3 ................. .$
36.01
26.27
GROUP
4 ..............,.......,$
34.63
26.27
GROUP
5 .....................$
33.36
26.27
GROUP
6 . ... ...............$
32.04
26.27
GROUP
7 .....................$
30.90
26.27
GROUP
8 .............. ._$
29.76
26.27
GROUP
8-A ...................$
27.55
26.27
OPERATOR:
Power Equipment
(Cranes and
Attachments -
AREA 1:)
GROUP
1
Cranes
.....................
$ 39.90
26.27
Oiler.......
............,..$
32.93
26.27
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 18 of 46
Truck crane oiler ..........
$ 36.50
26.27
GROUP 2
Cranes .....................$
32.67
26.27
Oiler .............. .. .$
32.67
26.27
Truck crane oiler........ .$
36.21
26.27
GROUP 3
Cranes.. .......... ...$
36.40
26.27
Hydraulic ..................$
32.04
26.27
Oiler .. .............. .$
32.43
26.27
Truck Crane Oiler ........ .,.$
35.94
26.27
OPERATOR: Power Equipment
(Piledriving - AREA 1:)
GROUP 1
Lifting devices ............
$ 40.24
26.27
Oiler... ....................$
30.98
26.27
Truck crane oiler........:.$
33.26
26.27
GROUP 2
Lifting devices.... .....$
38.42
26.27
Oiler ......................$
30.71
26.27
Truck Crane Oiler ..........
$ 33.01
26.27
GROUP 3
Lifting devices. ..... ...$
36.74
26.27
Oiler......... .. .......$
30.49
26.27
Truck Crane Oiler ..........
$ 32.72
26.27
GROUP 4
Lifting devices.... .......$
34.97
26.27
GROUP 5
Lifting devices..... .....$
33.67
26.27
GROUP 6
Lifting devices ............
$ 32.33
26.27
OPERATOR: Power Equipment
(Steel Erection - AREA 1:)
GROUP 1
Cranes ......................$
40.87
26.27
Oiler............ .$
31.32
26.27
Truck Crane Oiler.. .$
33.55
26.27
GROUP 2
Cranes ......................$
39.10
26.27
Oiler ............ ..... :....$
31.05
26.27
Truck Crane Oiler ...........
$ 33.33
26.27
GROUP 3
Cranes .....................$
37.62
26.27
Hydraulic ..................$
32.67
26.27
Oiler..... • . ....$
30.83
26.27
Truck CraneOiler..........$
33.06
26.27
GROUP 4
Cranes .....................$
35.60
26.27
GROUP 5
Cranes .................. .$
34.30
26.27
OPERATOR: Power Equipment
(Tunnel and Underground Work
- AREA 1:)
SHAFTS, ST"OPES, RAISES:
GROUP 1 ....................$
35.12
26.27
GROUP 1-A ..................$
37.59
26.27
GROUP 2 .....................$
33.86
26.27
GROUP 3 ....................$
32.53
26.27
GROUP 4.... .. .... .$
31.39
26.27
GROUP 5.. f .............$
30.25
26.27
UNDERGROUND:
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 19 of 46
GROUP
1...... .........$
35.02
26.27
GROUP
1-A ..................
$ 37.49
26.27
GROUP
2.....................$
33.76
26.27
GROUP
3- ....... ..a,... ......
$ 32.43
26.27
GROUP
4.... .... .$
31.29
26.27
GROUP
5,..... .........$
30.15
26.27
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;
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
bttp://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 20 of 46
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; Truck -mounted
rotating telescopic boom type lifting device, Manitex or
similar (boom truck) - 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;
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 $: 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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 21 of 46
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; 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;
PILEDRIVERS
GROUP 1: Derrick barge pedestal mounted over 100 tons;
Clamshell over 7 cu. yds.; Self-propelled boom -type lifting
device over 100 tons; Truck crane or crawler, land or barge
mounted over 100 tons
GROUP 2: Derrick barge pedestal mounted 45 tons to and
including 100 tons; Clamshell up to and including 7 cu.
yds.; Self-propelled boom -type lifting device over 45 tons;
Truck crane or crawler, land or barge mounted, over 45 tons
up to and including 100 tons; Fundex F-12 hydraulic pile rig
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom -type lifting device 45 tons and under;
Skid/scow piledriver, any tonnage; Truck crane or crawler,
land or barge mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
http//www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 22 of 46
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 JOAQUIN,
SAN MATED, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2 - MODOC COUNTY
http://www.wdol.gov/wdol/scafiles/daysbacon/CA29.dvb?v=19 10/22/2013
Page 23 of 46
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 l: 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
http://www.wdol.gov/wdol/scafi 1es/davisbacon/CA29.dvb?v=19 10/22/2013
Page 24 of 46
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Reaminder
TEHAMA COUNTY:
Area 1: All but the Western border with mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeaster border with
Shasta County
Area 2: Remainder
TULARE COUNTY;
Area 1: Remainder
Area 2: Eastern part
TUOLUMNE COUNTY:
Area 1: Remainder
Area 2: Eastern Part
ENGIO003--019 06/25/2012
SEE AREA DESCRIPTIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(LANDSCAPE WORK ONLY)
GROUP 1
AREA 1.., ........... .$ 28.64 23.75
AREA 2... .. .............$ 30.64 23.75
http://www.wdol.gov/wdol/Scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 25 of 46
GROUP 2
AREA
1.. .... .........$
25.04
23.75
AREA
2 .....................$
27.04
23.75
GROUP
3
AREA
1 ........................
$ 20.43
23.75
AREA
2............ . . .....$
22.43
23.75
GROUP DESCRIPTIONS:
GROUP 1: Landscape Finish Grade Operator: All finish grade
work regardless of equipment used, and all equipment with a
rating more than 65 HP.
GROUP 2: Landscape Operator up to 65 HP: All equipment with
a manufacturer's rating of 65 HP or less except equipment
covered by Group 1 or Group 3. The following equipment
shall be included except when used for finish work as long
as manufacturer's rating is 65 HP or less: A -Frame and
Winch Truck, Backhoe, Forklift, Hydragraphic Seeder
Machine, Roller, Rubber -Tired and Track Earthmoving
Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up
to 65 HP.
GROUP 3: Landscae Utility Operator: Small Rubber -Tired
Tractor, Trencher Under 31 HP.
AREA DESCRIPTIONS:
AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2 - MODOC COUNTY
THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS
NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
COLUSA COUNTY:
Area l 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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 26 of 46
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
HUMBOLDT COUNTY:
Area 1: Except Eastern and Southwestern parts
Area 2: Remainder
LAKE COUNTY:
Area 1: Southern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY
Area 1: Remainder
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Remainder
Area 2: Eastern part
MENDOCINO COUNTY:
Area 1: Central and Southeastern parts
Area 2: Remainder
MONTEREY COUNTY
Area 1: Remainder
Area 2: Southwestern part
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
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
http//www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 27 of 46
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Reaminder
TEHAMA COUNTY:
Area 1: All but the Western border with mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeaster border with
Shasta County
Area 2: Remainder
TULARE COUNTY;
Area 1: Remainder
Area 2: Eastern part
TUOLUMNE COUNTY:
Area 1: Remainder
Area 2: Eastern Part
IRON0377-002 07/01/2013
Rates Fringes
Ironworkers:
Fence Erector ................$ 26.58 17.74
Ornamental, Reinforcing
and Structural .............. $ 33.00 26.30
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
$2.00 additional per hour at the following locations
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
LAB00036-001 07/01/2007
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
http://www.wdol.gov/wdol/Scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
MASON TENDER, BRICK........... ...$ 26.93 16.50
FOOTNOTES: Underground work such as sewers, manholes, catch
basins, sewer pipes, telephone conduits, tunnels and cut
trenches: $5.00 per day additional. Work in live sewage:
$2.50 per day additional.
LAB00067-002 12/01/2012
AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN
MATEO AND SANTA CLARA COUNTIES
AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL
NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN,
MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA,
NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN,
SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA,
STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO ANC
YUBA COUNTIES
Rates Fringes
Asbestos Removal Laborer
Areas A & B.................$ 19.06 8.62
LABORER (Lead Removal)
Area A ......................$ 36.25 9.19
Area B ................... ..$ 35.25 9.19
ASBESTOS REMOVAL -SCOPE OF WORK: Site mobilization; initial
site clean-up; site preparation; removal of
asbestos -containing materials from walls and ceilings; or
from pipes, boilers and mechanical systems only if they are
being scrapped; encapsulation, enclosure and disposal of
asbestos -containing materials by hand or with equipment or
machinery; scaffolding; fabrication of temporary wooden
barriers; and assembly of decontamination stations.
LAB00067-003 07/01/2009
AREA A: ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO
& SANTA CLARA
AREA B: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE,
EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN,
MADERA, MARIPOSA, MENOCINO, MERCED, MODOC, MONTEREY, NAPA,
NEVADA, PLACER, PLUMAS, SANCRMENTO, SAN BENITO, SAN JOAQUIN,
SANTA CRUZ, SIERRA, SHASTA, SISKIYOU, SOLANO, SONOMA,
STANISLAUS,TEHAMA,TRINITY, TULARE, TUOLUMNE, YOLO & YUBA
COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person
Page 28 of 46
http://www.wdol.gov/wdol/scafiiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 29 of 46
Area A
............ ........$
26.89
14.93
Area B
.....................$
25.89
14.93
Traffic
Control Person I
15.82
GROUP
Area A
.....................$
27.19
14.93
Area B
.....................$
26.19
14.93
Traffic
Control Person II
15.82
GROUP
Area A
.....................$
24.69
14.93
Area B
.....................$
23.69
14.93
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.
LAB00067-006 06/28/2010
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
........................$
27.84
15.82
GROUP
1 .................. ..$
27.14
15.82
GROUP
1-a ...................$
27.36
15.82
GROUP
1-c .......... ..... .$
27.19
15.82
GROUP
1-e ................ .$
27.69
15.82
GROUP
1-f ...................$
27.72
15.82
GROUP
1-g (Contra Costa
County) .................. .$
27.34
15.82
GROUP
2........... . ....$
26.99
15.82
GROUP
3....... .......$
26.89
15.82
GROUP
4.. .. .•.......$
20.58
15.82
See groups 1-b and l-dunder laborer classifications.
Laborers:
(CONSTRUCTION CRAFT
LABORERS -
AREA B:)
Construction Specialist
Group
............... .......$
26.84
15.82
GROUP
1 .....................$
26.14
15.82
GROUP
1-a ...................$
26.36
15.82
GROUP
1-c ...................$
26.19
15.82
GROUP
1-e ...................$
26.69
15.82
GROUP
1-f ...................$
26.72
15.82
GROUP
2 .....................$
25.99
15.82
GROUP
3 .....................$
25.89
15.82
GROUP
4............ .......$
19.58
15.82
See groups 1-b and 1-d under laborer classifications.
http://www.wdol.gov/wdol/Scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 30 of 46
Laborers: (GUNITE - AREA A:)
GROUP 1........... .... ..$
28.10
15.82
GROUP 2 .....................$
27.60
15.82
GROUP 3....... ..............
$ 27.60
15.82
GROUP 4 . ................ .$
27.60
15.82
Laborers: (GUNITE - AREA B:)
GROUP 1 .....................$
27.10
15.82
GROUP 2 .....................$
26.60
15.82
GROUP 3 .................. ..$
26.01
15.82
GROUP 4. . ...... ..$
25.89
15.82
Laborers: (WRECKING - AREA A:)
GROUP 1 .....................$
27.14
15.82
GROUP 2 .....................$
26.99
15.82
Laborers: (WRECKING - AREA B:)
GROUP 1 .....................$
26.14
15.82
GROUP2.....................$
25.99
15.82
Landscape Laborer (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction ........
$ 26.89
15.82
(2) Establishment Warranty
Period .....................
$ 20.58
15.82
Landscape Laborer (GARDENERS,
HORTICULURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction ........
$ 25.89
15.82
(2) Establishment Warranty
Period .................... .$
19.58
15.82
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;
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 31 of 46
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast -manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock -slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. "Sewer cleaner" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 32 of 46
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure
pipe tester; No joint pipe and stripping of same, including
repair of voids; Precast manhole setters, cast in place
manhole form setters
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification "material
cleaner" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
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
http;//www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=l 9 10/22/2013
Page 33 of 46
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)
LAB00067-010 07/01/2010
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1.. ... ..$ 33.35 16.08
GROUP 2.. .... .$ 33.12 16.08
GROUP 3 .....................$ 32.87 16.08
GROUP 4 .............. .....$ 32.42 16.08
GROUP 5.... .. ..$ 31.88 16.08
Shotcrete Specialist.. .....$ 33.87 16.08
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
LAB00073-003 07/01/2011
CALAVERAS, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN,
STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 34 of 46
LABORER
Mason Tender -Brick .......... $ 30.62 14.43
LABOO166-001 07/01/2006
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Brick Tender .....................$ 25.91 14.65
FOOTNOTES: Work on jobs where heat -protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
LAB00294-001 07/01/2011
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
LABORER (Brick)
Mason Tender -Brick.... ...... $ 30.62 14.43
LABO1414-004 08/07/2013
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
PLASTER TENDER ...................$ 30.00 16.36
Work on a swing stage scaffold: $1.00 per hour additional.
LABO1414-007 08/07/2013
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS & TUOLUMNE
Rates Fringes
Plasterer tender .................$ 30.00 16.36
Work on a swing stage scaffold: $1.00 per hour additional.
------------------------------
LABO1414-008 08/07/2013
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Plasterer tender ............. ..$ 30.00 16.36
Work on a swing stage scaffold: $1.00 per hour additional.
LABO1414-010 08/07/2013
SANTA CLARA AND SANTA CRUZ COUNTIES
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 35 of 46
Rates Fringes
PLASTER TENDER
4 Stories and under .......... $ 28.00 16.36
5 Stories and above ......... $ 30.00 16.36
Work on a swing stage scaffold: $1.00 per hour additional.
LABO1414-011 08/07/2013
MONTEREY AND SAN BENITO COUNTIES
Rates Fringes
Plasterer tender .................$ 30.00 16.36
Work on a swing stage scaffold: $1.00 per hour additional.
PAIN0016-001 01/01/2013
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA
CLARA, AND SANTA CRUZ COUNTIES
Rates Fringes
Painters: ........................ $ 33.86 20.26
PREMIUMS;
EXOTIC MATERIALS - $0.75 additional per hour.
SPRAY WORK: - $0.50 additional per hour.
INDUSTRIAL PAINTING - $0.25 additional per hour
[Work on industrial buildings used for the manufacture and
processing of goods for sale or service; steel construction
(bridges), stacks, towers, tanks, and similar structures]
HIGH WORK:
over 50 feet - $2.00 per hour additional
100 to 180 feet - $4.00 per hour additional
Over 180 feet - $6.00 per houir additional
PAIN0016-003 01/01/2013
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN
JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES
Rates Fringes
Drywall Finisher/Taper
AREA 1 ......................$ 40.37 20.07
AREA 2 ......................$ 36.24 18.67
PAIN0016-012 01/01/2013
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO,
SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES
Rates Fringes
SOFT FLOOR LAYER ................. $ 44.87 17.98
---------------------
PAIN0016-015 01/01/2013
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PAINTER
Brush........... .$ 29.06 15.98
FOOTNOTES:
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 $6.00 additional per hour.
PAIN0016-022 01/01/2013
SAN FRANCISCO COUNTY
Rates Fringes
PAINTER ..........................$ 37.48 20.26
PAIN0169-001 01/01/2013
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:
Rates Fringes
GLAZIER ......................... $ 32.48 18.20
PAIN0169-005 01/01/2013
ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA & SANTA CRUZ COUNTIES
Rates Fringes
GLAZIER.. .... ..... .$ 41.88 21.59
--------------
PAIN0294-004 01/01/2013
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
Page 36 of 46
http://www.wdol.gov/wdol/scaftles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 37 of 46
PAINTER
Brush, Roller ............... $ 25.67 15.63
Drywall Finisher/Taper ...... $ 30.47 16.81
FOOTNOTE:
Spray Painters & Paperhangers recive $1.00 additional per
hour. Painters doing Drywall Patching receive $1.25
additional per hour. Lead Abaters & Sandblasters receive
$1.50 additional per hour. High Time - over 30 feet (does
not include work from a lift) $0.75 per hour additional.
PAIN0294-005 01/01/2013
FRESNO, KINGS & MADERA
Rates Fringes
SOFT FLOOR LAYER .................. ;$ 27.83 15.40
PAIN0767-001 01/01/2013
CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
GLAZIER.......... ...............$ 32.24 19.88
PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day,
President's Day, Memorial Day, Independence Day, Labor Day,
Veteran's Day, Thanksgiving Day, and Christmas Day.
Employee rquired to wear a body harness shall receive $1.50
per hour above the basic hourly rate at any elevation.
PAIN1176-001 07/01/2013
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1 .....................$ 28.27 11.65
GROUP 2 .....................$ 28.60 11.65
GROUP 3 ................... .$ 26.96 11.65
CLASSIFICATIONS
GROUP 1: Striper: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape, traffic
stripes and markings
GROUP 2: Gamecourt & Playground Installer
GROUP 3: Protective Coating, Pavement Sealing
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 38 of 46
PAIN1237-003 01/01/2013
CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE
COUNTIES:
Rates Fringes
SOFT FLOOR LAYER. .................. $ 28.25 16.73
PLAS0066-002 08/01/2011
ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES:
Rates Fringes
PLASTERER....... ...............$ 33.13 24.64
PLAS0300-001 07/01/2009
Rates Fringes
PLASTERER
AREA 188: Fresno ...........
$ 29.72
14.21
AREA 224: San Benito,
Santa Clara, Santa Cruz.....$
34.22
14.08
AREA 295: Calaveras & San
Joaquin Couonties...........
$ 32.82
15.10
AREA 337: Monterey County..$
31.01
13.93
AREA 429: Mariposa,
Merced, Stanislaus,
Tuolumne Counties ...........
$ 32.82
15.30
PLAS0300-005 06/28/2010
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 28.65 18.56
PLUM0038-001 07/01/2013
SAN FRANCISCO COUNTY
Rates Fringes
PLUMBER (Plumber,
Steamfitter, Refrigeration
Fitter) ..........................$ 62.00 42.39
PLUM0038-005 07/01/2013
SAN FRANCISCO COUNTY
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter).,...$ 52.70 31.45
PLUM0062-001 07/01/2013
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 39 of 46
MONTEREY AND SANTA CRUZ COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER............. $ 41.05 24.49
PLUM0159-001 07/01/2013
CONTRA COSTA COUNTY
Rates Fringes
Plumber and steamfitter
(1) Refrigeration ........... $ 50.67 31.34
(2) All other work .......... $ 51.67 31.34
PLUM0246-001 07/01/2013
FRESNO, KINGS & MADERA COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER............. $ 36.40 24.74
PLUM0246-004 07/01/2013
FRESNO, MERCED & SAN JOAQUIN COUNIES
Rates Fringes
PLUMBER (PIPE TRADESMAN) ..........$ 13.00 9.77
PIPE TRADESMAN SCOPE OF WORK:
Installation of corrugated metal piping for drainage, as well
as installation of corrugated metal piping for culverts in
connection with storm sewers and drains; Grouting, dry
packing and diapering of joints, holes or chases including
paving over joints, in piping; Temporary piping for dirt
work for building site preparation; Operating jack hammers,
pavement breakers, chipping guns, concrete saws and spades
to cut holes, chases and channels for piping systems;
Digging, grading, backfilling and ground preparation for
all types of pipe to all points of the jobsite; Ground
preparation including ground leveling, layout and planting
of shrubbery, trees and ground cover, including watering,
mowing, edging, pruning and fertilizing, the breaking of
concrete, digging, backfilling and tamping for the
preparation and completion of all work in connection with
lawn sprinkler and landscaping; Loading, unloading and
distributing materials at jobsite; Putting away materials
in storage bins in jobsite secure storage area; Demolition
of piping and fixtures for remodeling and additions;
Setting up and tearing down work benches, ladders and job
shacks; Clean-up and sweeping of jobsite; Pipe wrapping and
waterproofing where tar or similar material is applied for
protection of buried piping; Flagman
PLUM0342-001 07/01/2013
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 40 of 46
ALAMEDA & CONTRA COSTA COUNTIES
Rates Fringes
PIPEFITTER
CONTRA COSTA COUNTY ......... $ 53.71 34.19
PLUMBER, PIPEFITTER,
STEAMFITTER
ALAMEDA COUNTY .............. $ 53.71 34.19
PLUM0355-004 07/01/2013
ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA,
MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO,
SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES:
Rates Fringes
Underground Utility Worker
/Landscape Fitter ............ $ 28.55 8.30
PLUM0393-001 07/01/2013
SAN BENITO AND SANTA CLARA COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER...............$ 57.41 30.08
PLUM0442-001 07/01/2013
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER............ $ 37.00 22.59
PLUM0467-001 07/01/2013
SAN MATEO COUNTY
Rates Fringes
Plumber/Pipefitter/Steamfitter ... $ 56.45 29.66
ROOF0027-002 09/01/2010
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ROOFER.. .. ..........$ 27.65 8.07
FOOTNOTE: Work with pitch, pitch base of pitch impregnated
products or any material containing coal tar pitch, on any
building old or new, where both asphalt and pitchers are
used in the application of a built-up roof or tear off:
http://www.wdol.gov/wdol/Scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
$2.00 per hour additional._
ROOF0040-002 08/01/2012
Page 41 of 46
SAN FRANCISCO & SAN MATEO COUNTIES:
Rates Fringes
ROOFER..... .................. ..$ 33.61 12.37
ROOF0061-001 08/01/2011
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Roofer ...........................$ 33.16 10.90
ROOF0081-004 08/01/2012
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
Rates Fringes
ROOFER ..... .......... ......._ .$ 29.99 11.82
ROOF0095-002 08/01/2012
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
Rates Fringes
ROOFER
Journeyman ............... ..$ 36.62 13.16
Kettle person (2 kettles);
Bitumastic, Enameler, Coal
Tar, Pitch and Mastic
worker ................... ..$ 38.62 13.16
SFCA0483-001 01/01/2013
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
Rates Fringes
SPRINKLER FITTER (FIRE)..........$ 52.16 24.87
SFCA0669-011 07/01/2013
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,
SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
Rates Fringes
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 42 of 46
SPRINKLER FITTER .................. $ 32.98 19.35
* SHEED104-001 07/01/2013
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA
CLARA
AREA 2: MONTEREY & SAN BENITO
AREA 3: SANTA CRUZ
Rates Fringes
SHEET METAL WORKER
AREA 1:
Mechanical Contracts
under $200,000 ..............$
51.30
35.96
All Other Work .............$
52.80
34.46
AREA 2 ......................$
40.26
27.56
AREA 3 ......................$
42.66
27.16
* SHEE0104-003 07/01/2013
CALAVERAS AND SAN JOAQUIN COUNTIES:
Rates Fringes
SHEET METAL WORKER ................ $ 35.87 26.88
* SHEE0104-005 07/01/2013
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
SHEET METAL WORKER (Excluding
metal deck and siding),........_....$ 35.57 29.36
* SHEE0104-007 07/01/2013
FRESNO, KINGS, AND MADERA COUNTIES:
Rates Fringes
SHEET METAL WORKER ............... $ 34.49 29.66
* SHEE0104-015 07/01/2013
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
Rates Fringes
SHEET METAL WORKER (Metal
Decking and Siding only) ...... ...$ 52.80 34.46
* SHEE0104-018 07/01/2013
hnp://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 43 of 46
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
Sheet metal worker (Metal
decking and siding only) ......... $ 35.87 26.88
TEAM0094-001 07/01/2013
Rates Fringes
Truck drivers:
GROUP 1.... .........$ 27.44 23.69
GROUP 2.... ..................$ 27.74 23.69
GROUP 3.. .................$ 28.04 23.69
GROUP 4. .... _ .$ 28.39 23.69
GROUP 5......... ..........$ 28.74 23.69
FOOTNOTES:
Articulated dump truck; Bulk cement spreader (with or without
auger); Dumperete truck; Skid truck (debris box); Dry
pre -batch concrete mix trucks; Dumpster or similar type;
Slurry truck: Use dump truck yardage rate.
Heater planer; Asphalt burner; Scarifier burner; Industrial
lift truck (mechanical tailgate); Utility and clean-up
truck: Use appropriate rate for the power unit or the
equipment utilized.
TRUCK DRIVER CLASSIFICATIONS
GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2 -
axle unit); Nipper truck (when flat rack truck is used
appropriate flat rack shall apply); Concrete pump truck
(when flat rack truck is used appropriate flat rack shall
apply) Concrete pump machine; Fork lift and lift jitneys;
Fuel and/or grease truck driver or fuel person; Snow buggy;
Steam cleaning; Bus or personhaul driver; Escort or pilot
car driver; Pickup truck; Teamster oiler/greaser and/or
serviceperson; Hook tender (including loading and
unloading); Team driver; Tool room attendant (refineries)
GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit
mixers, through 10 yds.; Water trucks, under 7,000 gals.;
Jetting trucks, under 7,000 gals.; Single -unit flat rack
(3 -axle unit); Highbed heavy duty transport; Scissor truck;
Rubber -tired muck car (not self -loaded); Rubber -tired truck
jumbo; Winch truck and "A" frame drivers; Combination winch
truck with hoist; Road oil truck or bootperson;
Buggymobile; Ross, Hyster and similar straddle carriers;
Small rubber -tired tractor
GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over;
Jetting trucks, 7,000 gals. and over; Vacuum trucks under
7500 gals. Trucks towing tilt bed or flat bed pull
trailers; Lowbed heavy duty transport; Heavy duty transport
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 44 of 46
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, 201s, 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; DW101s, 201s, 21's
and other similar Cat type, Terra Cobra, LeTourneau Pulls,
Tournorocker, Euclid and similar type equipment when
pulling fuel and/or grease tank trailers or other
miscellaneous trailers; Vacuum Trucks 7500 gals and over
and truck repairman
GROUP 5; Dump trucks, 65 yds. and over; Holland hauler; Low
bed Heavy Duty Transport over 7 axles
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non-union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The first
four letters , PLUM, indicate the international union and the
four -digit number, 0198, that follows 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.
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 45 of 46
The date, 07/01/2011, following these characters is the
effective date of the most current negotiated rate/collective
bargaining agreement which would be July 1, 2011 in the above
example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published annually
each January.
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not union
rates; however, the data used in computing these rates may
include both union and non-union data. Example: SULA2004-007
5/13/2010. SU indicates the rates are not union majority rates,
LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010, indicates
the classifications and rates under that identifier were issued
as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
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.
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
Page 46 of 46
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requester 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
http://www.wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=19 10/22/2013
1. AA#
2. JV#
,APPRPRIA�TIADJUSTIVIEIyTtEQUESi
TO: Internal Services Dept - Budget Division
3. FROM: I Rebecca Areida-Yadav 15. DATE: 10/28/2013
4. DEPARTMENT/DIVISION: Public Works
6 9E.QUEST_A04l79TIVIENT
OF APPROP_MAT! ;A S1ISTE[3jBELOVI%
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
331
5569
Federal Grant
$
335 000.00
181 3205 Fund Balance $
127,479.00
171 3205 Fund Balance $
56 304.00
B.
USE OF
FINANCING
331
331126
7720
Sacramento St Beautification
$
335,000.00
181 181691 1825.2150 Sacramento St Beautification $
127 479.00
171 171691 1825.1850 Sacramento St Beautification $
56,304.00
ase provide a description of the project, the total cost of the project, as well as justification for the
uested adjustment. If you need more space, use an additional sheet and attach to this form.
with AM Stephens for Sacramento Street Streetscape project.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: J2es No: P Attach copy of resolution to this form.
Department Head Signature:
0-:0 PlikOVACOGWATURES77-
r Tr ;ten , r ��, ,`• r nih'yy ~'r '� , r :.,; f r:
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2013-200
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE
CONTRACT FOR SACRAMENTO STREET STREETSCAPE
PROJECT AND FURTHER APPROPRIATING FUNDS
------------------------------------------------------------------------
------------------------------------------------------------------------
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed bids were received and publicly opened on October 22, 2013, at
11:00 a.m., for the Sacramento Street Streetscape Project, described in the plans and
specifications therefore approved by the City Council on June 19, 2013; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
A.M. Stephens Construction
$
1,182,228.40
George Reed, Inc.
$
1,237,852.00
Redgwick Construction
$
1,248,674.50
Sierra National Construction
$
1,262,821.00
Diede Construction
$
1,303,315.10
McGuire Hester
$
1,475,317.50
B&M Builders
$
1,542,192.75
WHEREAS, staff recommends awarding the contract for the Sacramento Street
Streetscape Project to the low bidder, A. M. Stephens Construction Company, Inc., of Lodi,
California, in the amount of $1,182,228.40.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Sacramento Street Streetscape Project to the low bidder, A. M. Stephens
Construction Company, Inc., of Lodi, California, in the amount of $1,182,228.40; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract; and
BE IT FURTHER RESOLVED that funds be appropriated for the project from Federal
Transportation Enhancement, Water and Wastewater funds in the amount of $518,784.
Dated: November 20, 2013
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2013-200 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 20, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2013-200
4LOrHL-OLSON
City Clerk
CITY COUNCIL
ALAN NAKANISHI, Mayor
PHIL KATZAKIAN,
Mayor Pro Tempore
LARRY D. HANSEN
BOB JOHNSON
JOANNE L. MOUNCE
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
November 14, 2013
A. M. Stephens Construction Company, Inc.
P.O. Box 1867
Lodi, CA 95241
KONRADT BARTLAM
City Manager
RANDI JOHL-OLSON
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Awarding Contract for Sacramento Street Streetscape
Project to A. M. Stephens Construction Company, Inc., of Lodi
($1,182,228.40) and Appropriating Funds ($518,784)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, November 20, 2013. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Lyman Chang, Senior Civil
Engineer, at (209) 333-6800, extension 2665.
'7'''
F. Wally Sandelin
r Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARD.DOC