HomeMy Public PortalAboutEast Third Avenue and Fourth Avenue Interconnect From Delaware to HumboldtI
I
I
U
I
I
I
I
I
I
I
I
I
I
CONTRACT BOOK
EAST THIRD AVENUE AND FOURTH AVENUE
INTERCONNECT FROM DELAWARE TO HUMBOLDT
CITY PROJECT: 09-90-51.37
AUGUST 2002
CITY OF SAN MATEO
Public Works Department
330 West 20th Avenue
San Mateo, CA 94403
650/522-7300
650/522-7301 (fax)
uj
o
DEPARTMENT OF PUBLIC WORKS
Larry A. Patterson, P.E., Director
Dated: September 10, 2002
ADDENDUM NO. 1
330 West 20th Avenue
San Mateo, California 94403-1388
Telephone (650) 522-7300
FAX: (650) 522-7301
www.ci.sanmateo.ca.us
EAST THIRD AND FOURTH AVENUE INTERCONNECT
FROM DELAWARE TO HUMBOLDT
FEDERAL AID PROJECT NO. CML - 5102 (23)
EA NO. 04-928232
CITY PROJECT NO. 90-51.37
Addendum No. 1 is issued to the above -referenced Contract Book, which is scheduled for
bid opening on September 19, 2002 at 2:00 p.m.
The following change has been made:
BID DATE:
The bid date has been changed to September 19, 2002 from September 17, 2002.
CONTRACT BOOK:
Appendix III entitled "Federal Minimum Wages:
Replace this section in its entirety with the attached Department of Labor, Decision
No. CA020029, Modification Number 16, dated September 6, 2002.
PLANS:
The plans remain unchanged
Each bidder shall acknowledge receipt of this Addendum by signing one copy of the
attached Acknowledgement Sheets and returning it immediately. The bidder shall submit
the second copy with the bid documents.
ADDENDUM NO. 1
EAST THIRD AND FOURTH AVENUE INTERCONNECT
FROM DELAWARE TO HUMBOLDT
CITY PROJECT NO. 90-51.37
ACKNOWLEDGEMENT
I have received Addendum No. 1 to the Contract Book titled, "East Third
and Fourth Avenue Interconnect from Delaware to Humboldt". I have read
and understand the information stated in the addendum.
Date Bidder's Signature
Bidder's Name (Printed)
Name of Company
RETURN IMMEDIATELY TO:
Public Works Department
Attn: Support Staff
330 West 20th Avenue
San Mateo, CA 94403
Q:\pw\P W ENG\A_CONTRS\2002\E.3rd&4thIntrcnt\ADDENDUM.DOC
(650) 522-7301 (fax)
ADDENDUM NO. 1
EAST THIRD AND FOURTH AVENUE INTERCONNECT
FROM DELAWARE TO HUMBOLDT
CITY PROJECT NO. 90-51.37
ACKNOWLEDGEMENT
I have received Addendum No. 1 to the Contract Book titled, "East Third and Fourth
Avenue Interconnect from Delaware to Humboldt". I have read and understand the
information stated in the addendum.
Date Bidder's Signature
Bidder's Name (Printed)
Name of Company
RETURN WITH BID DOCUMENTS
Q:\pw\PWENG\A_CONTRS\20021E.3rd8t4thIntrent\ADDENDUM.DOC
WAIS Document Retrieval
Page 1 0
35
GENERAL DECISION CA020029 09/06/2002 CA29
Date: September 6, 2002
General Decision Number CA020029
Superseded General Decision No. CA010029
State: California
Construction Type:
BUILDING
DREDGING
HEAVY
HIGHWAY
County(ies):
ALAMEDA
CALAVERAS
CONTRA COSTA
FRESNO
KINGS
MADERA
MARIPOSA
MERCED
MONTEREY
SAN BENITO
SAN FRANCISCO
SAN JOAQUIN
SAN MATEO
SANTA CLARA
SANTA CRUZ
STANISLAUS
TUOLUMNE
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
COUNTY(ies):
ALAMEDA
rATaVERAS
CONTRA COSTA
FRESNO
KINGS
MADERA
Publication Date
03/01/2002
03/08/2002
03/22/2002
03/29/2002
04/12/2002
04/19/2002
05/10/2002
05/17/2002
05/31/2002
06/07/2002
06/14/2002
07/05/2002
07/19/2002
08/02/2002
08/09/2002
08/23/2002
09/06/2002
MARIPOSA
MERCED
MONTEREY
SAN BENITO
SAN FRANCISCO
SAN JOAQUIN
ASBE0016A 08/01/2002
Includes the application
of all insulating materials,
protective coverings,
coatings, and finishings
to all types of mechanical
systems
INSULATOR/ASBESTOS WORKER
SAN MATEO
SANTA CLARA
SANTA CRUZ
STANISLAUS
TUOLUMNE
Rates
37.78
Fringes
9.76
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9
9/02
WAIS Document Retrieval Page 2 of 35
ASBE0016E 05/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO; SAN MATEO AND. SANTA CLARA
COUNTIES:
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
mechanical systems, whether they
contain asbestos or not
HAZARDOUS MATERIAL HANDLER 22.90 3.25
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,
SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES
Includes preparation, wetting,
stripping; removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
mechanical systems, whether they
contain asbestos or not
HAZARDOUS MATERIAL HANDLER 13.90 2.25
ASBE0016F 05/01/1999
Rates Fringes
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN
BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
'mechanical systems, whether they
contain asbestos or not
HAZARDOUS MATERIAL HANDLER
22.01 4.28
BOIL0549B 10/01/2001
Rates Fringes
BOILERMAKER 31.51 11.95
BRCA0003B 08/01/2002
MARBLE FINISHER
Rates Fringes
25.17 6.42
BRCA0003D 08/01/2002
MARBLE MASON
Rates Fringes
35.44 11.96
BRCA0003G 07/01/2001
Rates Fringes
SAN FRANCISCO AND SAN MATEO COUNTIES:
BRICKLAYER 31.80 10.50
ALAMEDA, CONTRA COSTA, SAN BENITO AND SANTA CLARA COUNTIES
BRICKLAYER 30.52 9.63
T'AT,AVERAS, SAN JOAQUIN, STANISLAUS AND
TOULUMNE COUNTIES
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 3 of 35
BRICKLAYER
26.65 - 8.25
MONTEREY AND SAN CRUZ COUNTIES
BRICKLAYER 28.48 10.00
FRESNO, KINGS, MADERA, MARIPOSA
AND MERCED COUNTIES
BRICKLAYER 24.70 8.80
FOOTNOTES: Operating a saw or grinder: $0.50 per hour additional.
Gunite nozzle person: $1.00 per hour additional.
BRCA0003P 07/01/2001
TERRAZZO WORKER
TERRAZZO FINISHER
Rates
33.80
18.06
Fringes
10.15
6.57
BRCA0003T 04/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN
FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
TILE LAYER - 34.13 7.20
TILE FINISHER 17.16 5.97
rAT.AVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES
TILE LAYER 28.43 7.15
TILER FINISHER 18.66 5.97
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES
TILE LAYER 26.27
TILE FINISHER 18.55
5.65
4.77
CARP0003A 08/01/2002
Rates
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND
COUNTIES
DRYWALL INSTALLER/LATHER 29.75
DRYWALL STOCKER/SCRAPPER 14.88
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Total Project value
$25 Million and over
DRYWALL INSTALLER/LATHER 29.75
DRYWALL STOCKER/SCRAPPER 14.88
Total Project Value
under $25 Million
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPPER
REMAINDER OF COUNTIES:
Total Project value $25
million and over
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPPER
Total Project value
under $25 million
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPER
24.62
12.19
29.75
14.88
23.77
11.89
Fringes
SANTA CLARA.
12.415
6.795
12.415
6.795
12.415
6.795
12.415
6.975
12.415
7.795
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval -Page 4 0
35
CARP0034A 07/01/2002
Rates
DIVERS:
Diver standby 32.34 14.475
Diver wet pay 43.59 14.475
Tender 32.34 14.475
Saturation diver 46.50 14.475
Fringes
DEPTH PAY (Surface Diving):
50 to 100. ft $1.32/ft
100 to 150 ft $66.00 + $1.85/ft
150 to 200 ft $158.00 + $2.65/ft
200 ft and over $291.00 + $3.00/ft
CARP0034C 07/01/2002
PILEDRIVER
Rates
29.40
Fringes
14.475
CARP0035A 07/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, AND SANTA CLARA
COUNTIES:
CARPENTER 29.75 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 29.90 11.975
BRIDGE BUILDERS- 29.75 11.975
MILLWRIGHT 29.85 13.315
rAT,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
STANISLAUS, AND TUOLU)'QE COUNTIES:
TOTAL PROJECT VALUE
$25 MILLION AND OVER:
CARPENTER 29.75 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR;. SAW FILER 29.90 11.975
BRIDGE BUILDERS 29.75 11.975
MILLWRIGHT 29:85 13.315
TOTAL PROJECT VALUE
UNDER $25 MILLION
CARPENTER 23.27 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 23.42 11.975
BRIDGE BUILDERS 27.43 11.975
MILLWRIGHT 25.27 13.315
MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES:
TOTAL PROJECT VALUE
$25 MILLION AND OVER:
CARPENTER 29.75 11.975
'HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 29.90 11.975
BRIDGE BUILDERS 29.75 11.975
MILLWRIGHT 29.85 13.315
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/
9/02
WAIS Document Retrieval
TOTAL PROJECT VALUE
UNDER $25,000,000 _
CARPENTER 24.62 _ 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 24.77 11.975
BRIDGE BUILDERS 27.99 11.975
MILLWRIGHT - 26.62 13.315
CARP0035H 07/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA CLARA
COUNTIES
MODULAR FURNITURE INSTALLER 18.18 5.455
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
MODULAR FURNITURE INSTALLER 16.00 5.455
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
STANISLAUS, TUOLUMNE COUNTIES
MODULAR FURNITURE INSTALLER - 15.23 5.455
ELEC0006A 12/01/2000
Rates Fringes
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO,
SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
COMMUNICATIONS AND SYSTEMS WORK:
Communications and Systems
Installer 23.32 33+4.10
Communications and Systems
Technician 26.55 3%+4.10
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.
ELEC0006H 06/01/2002
SAN FRANCISCO COUNTY:
ELECTRICIAN
Rates
45.55
Fringes
13.885
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 6 of 35
ELEC0006K 12/01/1999
Rates Fringes
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
COMMUNICATIONS AND SYSTEMS WORK:
Communications and Systems
Installer 18.72 34+4.10
Communications and Systems
Technician 21.31 3t+4.10
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 conductorsfor 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.
ELEC010OC 06/01/2002
FRESNO, KINGS, AND MADERA COUNTIES:
ELECTRICIAN
Rates
27.10
Fringes
34+8.81
ELECO100F 01/07/2002
Rates Fringes
FRESNO,KINGS, MADERA AND TULARE COUNTIES:
COMMUNICATIONS AND SYSTEMS
INSTALLER
SCOPE OF WORK
21.47 34+5.40
Includes the installation testing, service and maintenance, of
the following systems which utilize the transmission and/or
transference of voice, sound; vision and digital for commercial,
education, security and entertainment purposes for the following:
TV monitoring and surveillance, background -foreground music,
intercom and telephone interconnect, inventory control systems,
microwave transmission, multi -media, multiplex, nurse call
system, radio page, school intercom and sound, burglar alarms,
and low voltage master clock systems.
A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS
Background foreground musicc
Intercom and telephone interconnect systems
Telephone systems
Nurse call systems
Radio page systems
School intercom and sound systems
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 7 of
35
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.
ELECO234A 12/24/2001
Rates
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES:
ELECTRICIANS
Fringes
32.06 3% + 11.59
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 949/02
35
.WAIS Document Retrieval Page 8 o
ELEC0302A 06/01/2002
CONTRA COSTA COUNTY:
Rates Fringes
ELECTRICIANS 37.51 3%+9.90
CABLE SPLICER 41.26 3%+9.90
ELEC0332A 06/01/21302
SANTA CLARA COUNTY:
ELECTRICIAN
CABLE SPLICER
- Rates Fringes
42.57 3%+11.27
48.96 3%+11.27
FOOTNOTES:
Work under compressed air or where gas masks are required, or
work 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.
ELEC0595A 06/01/2002
ALAMEDA COUNTY:
Electricians
Cable Splicers
Rates Fringes
37.00 3%+14.35
41.63 3%+14.35
ELEC0595B 06/01/2002
Rates Fringes
CALAVERAS AND SAN JOAQUIN COUNTIES:
TUNNEL WORK:
Electrician 28.32 7.5%+11.96
Cable splicer 31.84 7.5%+11.96
ALL OTHER WORK:
Electrician
Cable splicer
28.19
31.71
7.5%+11.96
7.5%+11.96
ELEC0617A 06/01/2002
SAN MATEO COUNTY:
ELECTRICIAN
Rates
42.37
Fringes
3%+11.66
ELEC0684A- 07/01/2001
Rates Fringes
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE- COUNTIES:
Electrician 28.02 7%+9.05
Cable splicer 30.82 7%+9.05
ELEC1245A 06/01/2002
LINE CONSTRUCTION
Lineman; Cable splicer
Rates Fringes
33.16 4.51+7.08
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 9 of 35
Equipment specialist (operates
crawler tractors, commercial
motor vehicles, backhoes,
trenchers, cranes (50 tons and
below), and overhead and
underground distribution line
equipment) 28.19 4.5t+6.80
Groundman 21.56 4.5t+6.80
Powderman 31.51 4.5t+6.84
ELEV0008A 08/01/2001
ELEVATOR MECHANIC
Rates . Fringes
42.735 7.455
FOOTNOTE:
Vacation Pay: 8t with 5 or more years of service, 6t for 6
months to 5 years service. Paid Holidays: New Years Day,
Memorial Day, Independence Day, Labor Day, Thanksgiving Day and
Friday after, and Christmas Day.
* ENGI0003B 07/01/2001
Rates Fringes
POWER EQUIPMENT OPERATORS:
DREDGING: CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:
AREA 1:
Leverman
Dredge dozer; Heavy duty
repairman
Booster pump operator; Deck;
engineer; Deck Mate; Dredge
tender; Winch operator
Bargeman; Deckhand;
Fireman; Leveehand; Oiler
34.39
29.43
28.31
25.01
12.37
12.37
12.37
12.37
AREA 2:
Leverman 36.39 12.29
Dredge dozer; Heavy duty
repairman 31.43 12.29
Booster pump operator; Deck
engineer; Deck mate; Dredge
tender; Winch operator 30.31 12.29
Bargeman; Deckhand; Fireman;
leveehand; Oiler 27.01 12.29
AREA DESCRIPTIONS FOR POWER EQUIPMENT OPERATORS
DREDGING
These areas do not apply to piledrivers and steel erectors.
AREA 1: BUTTE, MARIN, NAPA, SACRAMENTO,..SOLANO, 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: Area within the line beginning at the northernmost
point of Alpine County at the intersection of the
California/Nevada state boundary,
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 10 of 35
Thence southeasterly along the state boundary to the
intersection of the northerly line of Township 1ON, Range
21E,
Thence westerly to the. intersection of said county line and
the northerly line of Township 10N, Range 1BE,_
Thence northerly along said county line to the point of
beginning.
AREA 2: Remainder of Alpine County.
COLUSA COUNTY:
AREA 1: Area lying easterly of the east line of the following
townships: Township 16N, Range 7W; Township 17N, Range 7W;
Township 18N, Range 7W.
AREA -2: Remainder of Colusa County.
EL DORADO COUNTY:
AREA 1: Beginning at the point of intersection of the northerly
line of El Dorado County with the easterly line of Range
10E,
Thence southwesterly along said county line to the southwest
corner of said county,
Thence easterly along said county line to the intersection. of
the easterly line of Township 8N, Range 14#,
Thence northerly to the northeast corner of Township 10N,
Range 14E,
Thence easterly along the 2nd standard parallel
north to the intersection of the easterly line of said
county,
Thence northerly along said county line to the
California/Nevada State Border,
Thence northerly along said border to the northerly line of
said county,
Thence westerly along the county line to the intersection
with the easterly line of Township 14N, Range 14E,
Thence southerly to the southeast corner of Township 14N,
Range
Thence
Range
Thence
Range
Thence
. Range
Thence
Range
Thence
14E,
easterly to the northeast corner of Township 13N,
15E,
southerly to the southeast corner of Township 13N,
15E,
easterly to the northeast corner of Townshp 12N,
16E,
southerly to the
16E,
westerly to the southeast corner of Township 12N,
Range 10E,
Thence northerly along the township line to the point of
beginning.
AREA 2: Remainder.of El Dorado County.
southeast corner of Township 12N,
GLENN COUNTY:
AREA 1: Area lying easterly of the east line of the following
townships: Township 18N, Range 7W; Township 19N, Range 7W;
Township 20N, Range 7W; Township 21N, Range 7W.
AREA 2: Remainder of Glenn County.
T SEEN COUNTY:
AREA 1: Area lying within the following townships: Township
27N, Range BE; Township 28N, Range 8E; Township 30N, Range
6E; Township 31N, Range 6E; township.32N, Range 6E.
AREA 2: Remainder of Lassen County.
PLACER COUNTY:
AREA 1: Beginning at the point of intersection of the
northerly line of Placer County with the California/Nevada
state border,
Thence southwesterly along said county line to
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 11 oY 35
.the southwest corner of said -county,
Thence easterly and northeasterly along said county line to
the intersection with the easterly line of Range 10E,
Thence northerly to the northwest corner of Township 15N,
Range 11E,
Thence easterly to the northeast corner of
Township 15N, Range 11E,
Thence northerly to the northwest corner of Township 16N,
Range 12E,
Thence easterly to the northwest corner of Township 16N,
Range 12E,
Thence easterly to the northeast corner of
Township 16N, Range 14E,
Thence southerly along the range line to the
intersection of the southerly line of said county,
* ENGI0004L 06/16/2002
POWER EQUIPMENT OPERATORS:
AREA 1:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
GROUP 7
GROUP 8
GROUP 8-A
AREA 2:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
GROUP 7
GROUP 8
GROUP 8-A
Rates Fringes
34.47
32.94
31.46
30.08
28.81
27.49
26.35
25.21
23.00
36.47
34.94
33.46
32.08
30.81
29.49
28.35
27.21
25.00
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
POWER EQUIPMENT OPERATORS - ALL CRANES'AND ATTACHMENTS:
AREA 1:
GROUP 1 35.35 13.51
Truck crane oiler 28.38 13.51
Oiler 26.09 13.51
GROUP 2 33.59 13.51
Truck crane oiler 28.12 13.51
Oiler 25.88 13.51
GROUP 3 31.85 13.51
Truck crane oiler 27.88 13.51
Hydraulic 27.49 13.51
Oiler 25.60 13.51
AREA 2:
GROUP 1 37.35 13.51
Truck crane oiler 30.38 13.51
Oiler 28.09 13.51
GROUP 2 35.59 13.51
Truck crane oiler 30.12 13.51
Oiler 27.88 13.51
GROUP 3 33.85 13.51
Truck crane oiler 29.88 13.51
Hydraulic 28.12 13.51
Oiler 27.60 13.51
http://frwebgat..../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/;9/O2
WAIS Document Retrieval
Page 12 of 35
POWER EQUIPMENT OPERATORS - PILEDRIVERS:
GROUP 1 35.69 13.51'
Truck crane oiler 28.77 13.51
Oiler 26.43 13.51
GROUP 2 33.87 - 13.51
Truck crane oiler 28.46 13.51
Oiler 26.16 13.51
GROUP 3 32.19 13.51
Truckcrane oiler 28.17 13.51
Oiler 25.94 13.51
GROUP 4 30.42 13.51
GROUP 5 27.78 13.51
GROUP 6 25.55 13.51
POWER EQUIPMENT OPERATORS - STEEL ERECTION:
GROUP 1 36.32 13.51
Truck crane oiler 29.00 13.51
Oiler 26.77 13.51
GROUP 2 34.55 13.51
Truck crane oiler 28.78 13.51
Oiler 26.50 13.51
GROUP 3 33.07 13.51
Truck crane oiler 28.51 13.51
Hydraulic 28.12 13.51
Oiler 26.28 13.51
GROUP 4 - 31.05 13.51
GROUP 5 29.75 13.51
POWER EQUIPMENT OPERATORS TUNNEL AND UNDERGROUND WORK:
AREA 1:
UNDERGROUND:
GROUP 1-A
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
SHAFTS, STOPES AND RAISES:
GROUP 1-A
.GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
AREA 2:
UNDERGROUND:
GROUP 1-A
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
32.94
30.47
29.21
27.88
26.74
25.60
33.04
30.57
29.31
27.98
26.74
25.70
34.94
32.47
31.21
29.88
28.74
27.60
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13.51
13..51
13.51
13.51
13.51.
13.51
13.51
13.51
13.51
13.51
13.51
SHAFTS, STOPES AND RAISES: _
GROUP 1-A 35.04 13.51
GROUP 1 32.57 13.51
GROUP 2 31.31 13.51
GROUP 3 29.98 13.51
GROUP 4 28.84 13.51
GROUP 5 27.70 13.51
FOOTNOTE: Work suspended by ropes or cables, or work on a Yo -Yo
Cat: $.60 per hour additional.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 13 of 35
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,.3-1/2cu. yds.
up to 7 cu. yds.; 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; Crane mounted continuous flight tie back machine; 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; 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); Timber skidder; Track loader up to 4 yds.; Tractor -drawn
scraper; Tractor, compressor drill combination; Welder; Woods -
Mixer (and other similar Pugmill equipment)
GROUP 5: Cast -in -place pipe laying machine; Combination slusher
and motor operator; Concrete conveyor or concrete pump, truck or
equipment mounted; Concrete conveyor, building site; Concrete
pump or pumperete gun; Drilling equipment, Watson 2000, Texoma
700 or similar; Drilling and boring machinery, horizontal (not to
apply to waterliners, wagon drills or jackhammers); Concrete
mixer/all; Person and/or material hoist; Mechanical finishers
(concrete) (Clary, Johnson, Bidwell Bridge Deck or similar
types); Mechanical burro, 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-
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 14 0
35
propelled pipeline wrapping machine; Soils & materials tester;
Tractor
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 8: Bit sharpener; Boiler tender; Box operator;
Brakeperson; Combination mixer and compressor (shotcrete/gunite);
Compressor operator; Deckhand; Fire tender; Forklift (under 20
ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic
monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump
operator; Refrigeration plant; Reservoir -debris tug (self-
propelled floating); Ross Carrier (construction site); Rotomist
operator; Self-propelled tape machine; Shuttlecar; Self-propelled
power sweeper. operator (includes vacuum sweeper); Slusher
operator; Surface heater; Switchperson; Tar pot firetender;
Tugger hoist, single drum; Vacuum cooling plant; Welding machine
(powered other than by electricity)
GROUP 8-A: Elevator operator; Skidsteer loader - Bobcat 743
series or smaller, and similar (without attachments); Mini
excavator under 25 H.P. (backhoe.- trencher)
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
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; Mobile self -erecting tower
crane (Potain) over three (3) stories
GROUP 3: Clamshell and dragline up to and including 1 cu. yd.;
Crane, 45 tons and under; Self-propelled boom -type lifting
device, 45 tons and under; Truck -mounted rotating telescopic boom
type lifting device,-Manitex or similar (boom truck) - under 15
tons; Boom truck or dual purpose A -frame truck, non -rotating,
over 15 tons
GROUP 3A: Mobile self -erecting tower crane (Potain) three (3)
stories or under
POWER EQUIPMENT OPERATORS - 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
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 15 0
35
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 10.0 tons
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom -type lifting device 45 tons and under; Skid/scow
piledriver, any tonnage; Truck crane or crawler, land or barge
mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: Deckhand; Fire tender
POWER EQUIPMENT OPERATORS - 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
POWER EQUIUPMENT OPERATORS: 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, CONTRA COSTA, KINGS, MERCED, SAN BENITO, SAN
FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ AND
STANISLAUS COUNTIES
AREA 2 - The remaining counties are split between Area 1 and
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 16 o
35
Area 2 as noted below:
rAT,AVERAS COUNTY:
AREA 1: Area within the line beginning at the southernmost
point of Calaveras County,
Thence northerly along the southeasterly county line to the
intersection with the easterly line of Range 15 East,
Thence northerly to the northeast corner of Township 5N,
Range 15E,
Thence westerly to the southeast corner of Township 6N, Range
14E,
Thence northerly along the range line to the intersection
with the northerly lineof said county,
Thence westerly and southerly along the county line to the
point of beginning.
AREA 2: Remainder. of Calaveras County.
FRESNO COUNTY:
AREA 1: Area within the line beginning at the southeast corner
of Township 13S,Range 28E,
Thence northerly to the northeast corner of Township 13S,
Range 28E,
Thence westerly to the southeast corner of Township 125,
Range 27E,
Thence northerly to the northeast corner of Township 12S,
Range 27E,
Thence westerly to the southeast corner of Township 11S,
Range 26E,
Thence northerly to the northeast corner of Township 11S,
Range 26E,
Thence westerly to the southeast corner of Township 10S,
Range 25E,
Thence northerly to the northeast corner of Township 95,
Range 25E,
Thence westerly to the southeast corner of Township 85, Range
24E,
Thence northerly to the northeast corner of Township 88,
Range 24E,
Thence westerly along the north line of Township 8S to
the intersection with the Fresno County line,
Thence southwesterly and northwesterly along said county line
to the intersection with the southeasterly line of Merced
County,
Thence southwesterly along said county line to the
intersection with the easterly line of San Benito County,
Thence southerly along said county line to the intersection
with the easterly line of Monterey County,
Thence southeasterly along said county line to the
intersection with the northwesterly line of Kings County,
Thence northeasterly along the southeasterly line of Fresno
County to the point of beginning.
AREA 2: Remainder of Fresno County.
MADERA COUNTY:
AREA 1: Area within the line beginning at the point of
intersection of Fresno County, Madera County, and Merced
County,
Thence southeasterly and northeasterly along the southerly
line of Madera County to the intersection with the
northerly line of Township 8S,
Thence westerly to the southeast corner of Township 7S, Range
23E,
Thence northerly to the northeast corner of Township 65,
Range 23E,
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 17 0
35
Thence westerly along the north line of Township 6S to the
intersection of the northwesterly line of Madera County,
Thence southwesterly along said county line to the point of
beginning. -
AREA 2: Remainder of Madera County.
MARIPOSA. COUNTY
AREA 1: AREA 1: Area within the line beginning at the point of
intersection of Stanislaus County with Mariposa County;
Thence southeasterly along the westerly line of Mariposa
County to the intersection of Madera County,
Thence northeasterly along said county line to the
itersection of the southerly line of Township 5S,
Thence westerly to the southeast corner of Township 5S, Range
20E,
Thence northerly to the northeast corner of Township 58,
Range 20E,
Thence westerly to the southeast corner of Township 4S, Range
19E,
Thence northerly along the range line to the intersection
with the northerly line of Mariposa County,
Thence westerly along said county line to the point of
beginning.
AREA 2 : Remainder of Mariposa. County
MONTEREY COUNTY:
AREA 1: Area within a line beginning at the intersection of the
southerly line of Township 198 with the Pacific Ocean,
Thence easterly along the southerly line of Township 19S to
the northwest corner of Township 20S, Range 6E,
Thence southerly to the southwest corner of Township 20S,
range 6E,
Thence easterly to the northwest corner of Township 21S,
Range 7E,
Thence southerly to the southwest corner of Township 21S,
Range 7E, Thence easterly to the northwestcorner of Township 22S,
Range 9E,
Thence southerly to the southwest corner of Township 22S,
Range 9E,
Thence easterly to the northwest corner of Township 238,
Range 10E,
Thence southerly to the southwest corner of Township 24S,
Range 10E,
Thence easterly along the southerly line of Township 24S to
the southeasterly corner of Monterey County,
Thence northwesterly along said county line to the point of
intersection with the southerly line of Santa Cruz County,
Thence westerly along the northerly line of Monterey County
to the Pacific Ocean,
Thence southerly along the Pacific Ocean to the point of
beginning.
AREA 2: Remainder of Monterey County.
TUOLUMNE COUNTY:
AREA 1: Area within the line beginning at the point of
intersection of the easterly line of Township 2S, Range
19E, with the southerly line of Tuolumne County,
Thence northerly to the northeast corner of Township 1S,
Range 19E,
Thence westerly to the southeast corner of Township 1N, Range
18E,
Thence northerly to the northeast corner of Township 3N,
Range 18E,
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 18 of 35
Thence westerly to the southeast corner of Township -4N, Range
17E,
Thence northerly to the northeast corner of Township 4N,
Range 17E,
Thence northerly to the northeast corner of Township 4N,
Range 17E,
Thence westerly to the southeast corner of Township 5N, Range
15E,
Thence northerly to the intersection of the county line with
the easterly line of Township 5N, Range 15E,
Thence southwesterly along the county line to the
intersection of the northeasterly line of Stanislaus
County,
Thence southeasterly along said county line to the
southernmost corner of Tuolumne County,
Thence easterly along the county line to the point of
beginning.
AREA 2: Remainder of Tuolumne County.
IRON0001U 07/01/2002
Rates Fringes
ALAMEDA, C'AT,AVERAs, CONTRA COSTA, FRESNO, KINGS, MADERA,
MARIPOSA, MERCED, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN
MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES:
IRONWORKERS:
Fence erector 25.97 15.29
Ornamental, reinforcing and
structural 26.86 15.29
FOOTNOTE: CITY OF SAN FRANCISCO defined as the city limits
of San Francisco (as described by the San Francisco County
Recorder's Office as of July 1, 1998), the Golden Gate Bridge in
its entirety, and the west side of the San Francisco Bay Bridge
up to and including Treasure Island): zone fee: $10.00 per day.
IRON0001V 07/01/2002
MONTEREY COUNTY:
IRONWORKERS:
Fence erector
Ornamental, reinforcing and
structural
Rates Fringes
25.97
26.86
15.29
15.29
FOOTNOTE: Work at the Army Defense Language Institute, and the
Naval Post Graduate School additional $2.00 per hour.
LAB00036A 07/01/2001
Rates Fringes
SAN FRANCISCO AND SAN MATEO COUNTIES:
BRICK TENDER 23.32 9.61
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.
LAB00036B 07/01/2001
Rates Fringes
SAN FRANCISCO AND SAN MATEO. COUNTIES:
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 19 of 35
PLASTERER TENDER
23.32 9.69
FOOTNOTES: Work on a suspended scaffold: $5.00 per day
additional. Work operating a plaster mixer pump gun: 41.00 per
hour additional.
LAB00067B 12/01/2001
ALAMEDA, rATAVERAS, CONTRA
MARIPOSA, MERCED, MONTEREY,
SAN FRANCISCO, SAN JOAQUIN,
COUNTIES:
ASBESTOS REMOVAL LABORER
Rates - Fringes
COSTA, FRESNO, RINGS, MADERA,
SAN BENITO, SAN MATEO, SANTA CLARA,
SANTA CRUZ, STANISLAUS, AND TUOLUMNE
10.30 2.11
SCOPE OF WORK:
Covers 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.
LA300067H 06/24/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
LABORERS:
Construction specialist group
Group 1
Group 1-a
GROUP 1-b: see note below GROUP 1-c
GROUP 1-d: see note below
GROUP 1-e
GROUP 1-f
GROUP 1-g (Contra Costa County).
GROUP 2
GROUP 3
GROUP 4
23.34
22.64
22.86
22.69
23.19
21.22
21.36
21.49
21.39
15.08
See groups 1-b and 1-d under laborer classifications.
GUNITE
GROUP
GROUP
GROUP
GROUP
LABORERS:
1
2
3
4
WRECKING WORK:
GROUP 1
GROUP 2
GROUP 3
GARDENERS, HORTICULTURAL
New construction
Establishment warranty
23.60
23.10
22.51
22.39
22.64
22.49
16.08
9.08
9.08
9.08
9.08.
9.08
9.08
8.08
9.08
9.08
9.08
9.08
9.08
9.08
9.08
9.08
9.08
9.08
AND LANDSCAPE LABORERS:
22.39 9.08
period 16.08 9.08
rAr,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,
MONTEREY, SAN BENITO, SANTA CRUZ, SAN JOAQUIN,-STANISLAUS
AND TUOLUMNE COUNTIES:
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 20 ot 35
LABORERS:
Construction specialist group
Group 1
Group 1-a
GROUP 1-b: see note below
GROUP 1-c
GROUP 1-d: see note below
GROUP 1-e
GROUP 1-f
GROUP 2
GROUP 3
GROUP 4
22.34
21.64
21.86
21.69
22.19
21.22
21.49
21.39
15.08
See groups 1-b and 1-d under laborer classifications.
GUNITE LABORERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
WRECKING WORK:
GROUP 1
GROUP 2
GROUP 3
23.60
23.10
22.51
22.39
22.64
22.49
16.08
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
GARDENERS, HORTICULTURAL AND LANDSCAPE LABORERS:
New construction 21.39 8.13
Establishment warranty period 15.08 8.13
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; Masonry
and plasterer tender; 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); Berko, Wacker and
similar type tampers; Buggymobile; Caulker, bander, pipewrapper,
conduit layer, plastic pipelayer; Certified hazardous waste
worker; Compactors of all types; Concrete and magnesite mixer,
1/2 yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it
machine; Faller, logloader and bucker; Form raiser, slip forms;
Green cutter; Headerboard, Hubsetter, aligner, by any method;
High pressure blow pipe (1-1/2" or over,. 100 lbs. pressure/over);
Hydro seeder and similar type; Jackhammer operator; Jacking of
pipe over 12 inches; Jackson and similar type compactor; Kettle
tender, pot and worker applying, asphalt, lay-kold, creosote,
-
lime, caustic and similar type materials (applying means
applying, dipping or handling of such materials); Lagging,
sheeting, whaling, bracing, trenchjacking; lagging hammer;
Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of voids;
Pavement breaker and spader, including tool grinder; Perma
curb; Pipelayer (including grade checking in connection with
pipelaying); Precast -manhole setter; Pressure pipe tester; Post
hole digger, air, gas and electric; Power broom sweeper; Power
tampers of all types (except as shown in Group 2); Ram set gun
and stud gun; Riprap stonepaver and rock-slinger, including
placing of sacked concrete and/or sand (wet or dry) and gabions
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 21 of 35
andsimilartype; 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, alltypes 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 regularrate for all work performed on
underground structures not specifically covered herein. This
paragraph shall not be construed to apply to work below ground
level inopen cut. It shall apply to cut and cover work of
subway construction after the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing is a
hole 15 feet or more in depth.) In the event the depth of the
footing is unknown at the commencement of excavation, and the
final depth exceeds 15 feet, the deep footing wage rate would
apply to all employees for each and every day worked on or in the
excavation of the footing from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting or
shot crete
GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe
tester; No joint pipe and stripping of same, including repair of
voids; Precast manhole setters, cast in place manhole form
setters
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and grinding;
Concrete laborer (wet or dry); Driller tender, chuck tender,
nipper; Guinea chaser (stake), grout crew; High pressure nozzle,
adductor; Hydraulic monitor (over 100 lbs. pressure); Loading
and unloading, carrying and hauling of all rods and materials for
use in reinforcing concrete construction; Pittsburgh chipper and
similar type brush shredders; Sloper; Single foot, hand-held,
pneumatic tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher; Pence
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 22 of 35
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: All 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 nozzle operator
GROUP 2: Nozzle operator (including gun, pot); Ground person
GROUP 3: Rebound
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)
GROUP 3: General laborer (includes all clean-up work, loading
lumber, loadingand burning of debris)
LABO0067N 06/30/2002
TUNNEL AND SHAFT LABORERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
Rates Fringes
27.00
26.77
26.52
26.25
26.07
25.53
9.08
9.08
9.08
9.08
9.08
9.08
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Ground person; Gunite and shotcrete
nozzle operator
GROUP 2: Rod person; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powder person -
heading; Cherry picker operator - where car is lifted; Concrete
finisher in tunnel; Concrete screed person; Grout pump operator
and pot person; Gunite & shotcrete gun person & pot person;
Header person; High pressure nozzle operator; Miner - tunnel,
including top and bottom person on shaft and raise work; Nipper;
Nozzle operator on slick line; Sandblaster - pot person
GROUP 4: Steel form raiser and setter; Timber person, retimber
person (wood or steel or substitute materials therefore); Tugger
(for tunnel laborer work); Cable tender; Chuck tender; Powder
person - primer house
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02'
WAIS Document Retrieval
Page 23 0
35
GROUP 5: Vibrator operator, pavement breaker; Bull gang -
muckers, track person; Concrete crew - includes rodding and
spreading
GROUP 6: Dump person (any method); Grout crew;_Rebound person;
Swamper
LAB00073C 07/01/2001 .
Rates Fringes
rzrAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS-AND
TUOLUMNE COUNTIES:
BRICK TENDER
23.34 5.36
LAB00073E
CAT,AVERAS,
STANISLAUS
01/01/2001
Rates Fringes
FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
AND TUOLUMNE COUNTIES:
PLASTERER TENDER
21.10
8:25
LABO0166A 07/01/1999
ALAMEDA AND CONTRA COSTA COUNTIES:
BRICK TENDER
Rates Fringes
20.90 10.26
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.
LABO0166B 07/01/1999
ALAMEDA AND CONTRA COSTA COUNTIES:
PLASTERER TENDERS:
Plasterer tender
Gun operator
Rates
23.25
24.00
Fringes
10.16
10.16
LABO0185A 07/01/2001
MONTEREY AND SAN BENITO COUNTIES:
BRICK TENDER
Rates
23.24
Fringes
5.36
LABO0270A 07/01/2001
SANTA CLARA COUNTY:
BRICK TENDER 24.05
FOOTNOTE: $2.00 per hour for refactory work where
heat -protective clothing is required.
ABTA CRUZ COUNTY:
BRICK TENDER 23.05
Rates
Fringes
6.15
6.15
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/
/02
WAIS Document Retrieval
Page 24 0
35
LABO0270E 07/01/2000
Rates Fringes
SAN BENITO, SANTA CLARA AND SANTA CRUZ COUNTIES:
All wood framed buildings
four (4) stories or less
and excludes steel structures,
structures with metal studs
PIASTER TENDER.
All wood framed buildings
five (5) stories or more
includes all steel structures
and all structures with metal
studs
PLASTER TENDER
22.68 6.85
24.60 6.75
LAB00294A 07/01/2001
FRESNO, KINGS AND MADERA COUNTIES:
BRICK TENDER
Rates
23.64
Fringes
5.36
LAB00297A 09/01/1998
MONTEREY AND SAN BENITO COUNTIES:
PLASTERER TENDER
Rates Fringes
15.95
FOOTNOTE:
Mixer person: $4.00 per day additional.
PAIN0016A 07/01/2002
ALAMEDA AND CONTRA COSTA:
Rates Fringes
PAINTERS:
Work on industrial buildings
(used for the manufacture and
processing of goods for sale or
service); Also, steel construction
(bridges), stacks, towers, tanks and
similar structures):
Brush and Roller 30.27 9.95
Working over 50 feet 32.27 9.95
100 to 180 feet 34.27 9.95
over 180 feet 36.27. 9.95
Spray and Sandblast 30.77 9.95
Working over 50 feet 32.77 9.95
100 to 180 feet 34.77 9.95
over 180 feet 36.77 9.95
Application of Exotic
materials 31.02 9.95
Working over 50 feet 33.02 9.95
100 to 180 feet 35.02 9.95
over 180 feet 37.02 9.92
All Other Work:
Brush and Roller
'Working over 50 feet
100 to 180 feet
over 180 feet
30.02 9.95
32.02 9.95
34.02 9.95
36.02 9.95
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 25 o 35
Application of Exotic
materials 30.77
Working over 50 feet 32.77
100 to 180 feet 34.77 9.95
over 180 feet - 36.77 9.95
9.95
9.95
PAIN0016C 08/01/2002
Rates Fringes
raT,AVERAS, MARIPOSA, MERCED, MONTEREY,. SAN BENITO SAN JOAQUIN,
SANTA CRUZ, STANISLAUS, TUOLUMNE COUNTIES:
DRYWALL FINISHER/TAPER 30.78 9.26
ALAMEDA, CONTRA COSTA, SAN. FRANCISCO, SAN MATEO AND
SANTA CLARA COUNTIES:
DRYWALL FINISHER/TAPER 33.43
10.88
PAIN0016H 07/01/2001 Rates Fringes
FRESNO, KINGS AND MADERA COUNTIES:
DRYWALL TAPER 21.83 5.98
PAINTER 20.58 5.98
FOOTNOTES: Paperhangers, and work over 30 feet (does not include
work from a lift): $0.50 per hour additional.
Spray painters and sandblasters: $0.75 per hour additional.
Lead paint abaters: $0.75 per hour additional.
PAIN0016K 01/01/1999
FRESNO, KINGS; MADERA AND COUNTIES:
SOFT FLOOR LAYER
Rates Fringes
18.63 4.09
PAIN0016N 07/01/2001
Rates Fringes
MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA AND SANTA CRUZ
COUNTIES:
PAINTER:
28.55 8.62
PAIN0016Q 03/01/1999
Rates Fringes
fAT,AVERAS AND SAN JOAQUIN COUNTIES:
PAINTERS:
Brush 18.05 7.23
Sandblaster; Waterblaster;
Steam cleaning 19.05 7.23
Work with coal tar and exotic
materials 19.80 7.23
PAIN0016S 11/01/2001
Rates Fringes
MARIPOSA, MERCED, STANISLAUS, AND TOULUMNE COUNTIES:
PAINTER:
Brush 20.41
Paperhanger; Spray & Sandblast 21.41
Hazardous coating, application
7.82
7.82
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 26 of 35
and removal
22.16 7.82
PAIN0016Y 07/01/2001
Rates Fringes
SAN FRANCISCO COUNTY:
PAINTER 29.56 8.20
PAIN0169A 07/01/2001
Rates Fringes
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:
GLAZIER
24.75 8.52
* PAIN0169E 07/01/2002
Rates Fringes
ALAMEDA AND CONTRA COSTA COUNTIES:
GLAZIER 32.33 10.09
PAIN0169I 07/01/2000
ALAMEDA AND CONTRA COSTA:
SHOWER DOOR INSTALLER
Rates Fringes
23.57. 4.60
PAID HOLIDAYS:
New Year's Day, President's Day, Memorial Day, Fourth of July,
Labor Day, Thanksgiving Day, Day after Thanksgiving, and
Christmas Day.
CA020029 - 1
* PAIN0718B 07/01/2002
SAN FRANCISCO AND SAN MATEO COUNTIES:
GIA7IER
Rates
30.90
Fringes
PAIN0767A 07/01/2001
Rates Fringes
CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
GLAZIER
27.93 8.41
PAID HOLIDAYS: New Year's Day, Washington's Birthday, Memorial
Day, Fourth July, Labor Day, Thanksgiving Day, Day after
Thanksgiving Day, and Christmas Day.
FOOTNOTE: Work thirty (30) feet or over free fall: $0.60 per hour
additional.
PAIN1176A 06/26/2000
Rates
PARK/NG LOT STRIPING/HIGHWAY MARKING:
GROUP 1 22.84
GROUP 2 22.45
GROUP 3 19.51
GROUP 4 22.15
Service Person (maintenance and
Fringes
6.91
6.91
6.91
6.91
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 27 o 35
repair of equipment)
Parking Lot, Game Court and
Playground Installer
13.33 5.87
19.51 - 6.91
PARKING LOT STRIPING / HIGHWAY MARKING CLASSIFICATIONS
GROUP 1: STRIPER: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape traffic stripes and
markings
GROUP 2: TRAFFIC DELINEATING DEVICE APPLICATOR: Layout and
application of pavement markers, delineating signs, rumble and
traffic bars, adhesives, guide markers, other traffic delineating
devices; includes all related surface preparation (sandblasting,
waterblasting, grinding) as part of the application process
GROUP 3: TRAFFIC SURFACE ABRASIVE BLASTER: Removal.of traffic
lines and markings; preparation of surface for coatings and
traffic control devices
GROUP 4: TRAFFIC PROTECTIVE DELINEATING SYSTEMS INSTALLER:
Removes, relocates, installs permanently affixed roadside and
parking delineation barricades, fencing, guard rail, cable
anchor, retaining walls, reference signs, and monument markers
PAIN1237C 06/01/2001
Rates Fringes
rAT.AVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE
COUNTIES:
SOFT FLOOR LAYER
25.00 7.17
• * PAIN1600D 09/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, MERCED, MARIPOSA, MONTEREY, SAN BENITO,
SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
SOFT FLOOR LAYER
33.85 9.93
* PAIN1621A 07/01/2002
Rates Fringes
MONTEREY, SAN BENITO, SANTA CLARA AND SANTA CRUZ COUNTIES:
GLAZIER 32.36 10.11
PLAS0001D 07/01/2001
CEMENT MASON
Rates Fringes
27.18 7.58
PLAS0066B 07/01/2001
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES:
PLASTERER
28.76 11.40
PLAS0300A 07/01/2002
Rates Fringes
FRESNO, KINGS AND MADERA COUNTIES:
PLASTERER - 23.53 8.95
SAN BENITO, SANTA CLARA AND SANTA
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 28 of 35
CRUZ COUNTIES:
PLASTERER 28.67
rAT,AVERAS AND SAN JOAQUIN COUNTIES:
PLASTERER 26.34
MONTEREY COUNTY:
PLASTERER 25.06
8.98
9.48
9.48
MARIPOSA, MERCED, STANISLAUS AND
TUOLUMNE COUNTIES:
PLASTERER 26.35 9.48
* PLUM0036A 07/01/2002
Rates Fringes
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE
COUNTIES:
PLUMBER &.STEAMFITTER 29.29 11.09
FRENSO, KINGS AND MADERA COUNTIES:
PLUMBER & STEAMFITTER
28.79 11.09
PLUM0036E 01/01/2000
FRESNO COUNTY:
BUILDING CONSTRUCTION ONLY
PIPE TRADESMAN
Rates Fringes
11.50 4.70
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.
andcompletion of all work in connection with lawn sprinkler and
landscaping; Loading, unloading and distributing materials at
jobsite; Putting away materials iii 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; Flag person
PLUM0036I 01/01/2000
MERCED COUNTY:
PIPE TRADES PERSON:
Building construction only
Rates
11.50
Fringes
4.70
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
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 29 or
35
joints, in piping; Temporary piping tor 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; Flag person
* PLUM0036U 07/01/2002
MONTEREY AND SANTA CRUZ COUNTIES:
PLUMBER & STEAMFITTER
Rates
31.59
Fringes
11.09
PLUM0038A 07/01/2000
SAN FRANCISCO COUNTY:
PLUMBERS:
Work on wooden frame structures
5 stories or less excluding
high-rise buildings and
commercial work such as
hospitals, prisons, hotels
and schools
All other work
LANDSCAPE/IRRIGATION FITTER
Rates Fringes
28.50
39.00
17.35
21.55
27.32 10.15
PLUM0159A 07/01/2002
CONTRA COSTA COUNTY:
Construction of motels
under 4 stories
PLUMBERS & STEAMFITTERS
All other work
PLUMBERS & STEAMFITTERS
Rates Fringes
27.41 9.64
35.21 14.34
PLUM0342A 07/01/2001
ALAMEDA COUNTY
PLUMBERS, PIPEFITTERS
AND STEAMFITTER
Rates Fringes
35.76 13:44
PLUM0355D 07/01/2002
Rates Fringes
ALAMEDA, C'AT.AVERAS, CONTRA COSTA, FRESNO, KINGS; MADERA,
MARIPOSA, MERCED, MONTEREY, SAN BENITO-, SAN JOAQUIN, SAN MATEO,
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 30 0
35
SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES:
UNDERGROUND UTILITY WORKER 23.75 5.05
PLUM0355G 07/01/2002
Rates 'Fringes
ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC,
NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA,
SISKIYOU, SOLANO, SUTTER, TEHAMA, TRINITY, YOLO, AND YUBA
COUNTIES
LANDSCAPE FITTER
23.75 5.05
PLUM0393A 07/01/2001
SAN BENITO AND SANTA CLARA COUNTIES:
PLUMBER & PIPEFITTER:
Work on motels and hotels which
do not exceed 4 stories in
height, excluding garages and
parking areas
All other work
Rates Fringes
20.64 5.30
41.80 10.78
PLUM0467A 07/01/2002
SAN MATEO COUNTY:
PLUMBER, PIPEFITTER, & STEAMFITTER
REFRIGERATION &.AIR CONDITIONING
ALL OTHER WORK
Rates Fringes
40.65 12.12
39.40 11.81
ROOF0027C 07/01/2002
FRESNO, KINGS, AND MADERA COUNTIES:
ROOFER
Rates
21.60
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: $2.00 per hour
additional.
Fringes
7.15
ROOF0040B 08/01/2001
SAN FRANCISCO & SAN MATEO COUNTIES:
ROOFER
Rates Fringes
22.87 11.27
ROOF0081A 08/01/2000
ALAMEDA AND CONTRA COSTA COUNTIES:
ROOFER
Rates
22.80
Fringes
9.85
ROOF0081E 08/01/2001
Rates . Fringes
CAT,AVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval
Page 31 of 35
TUOLUMNE COUNTIES:
ROOFER
19.8 6.15
ROOF0095B 08/01/1996
Rates Fringes
MONTEREY, SAN BENITO, SANTA CLARA,AND SANTA CRUZ COUNTIES:
ROOFERS:
Kettle person (2 kettles);
Bitumastic, enameler,
coal tar, pitch and
mastic worker
All other work
26.07 6.75
24.07 6.75
SFCA0483A 08/01/2001
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
SPRINKLER FITTER (FIRE)
36.59 11.20
SFCA0669K 04/01/2002
Rates Fringes
rAT,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN
BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
SPRINKLER FILLER (FIRE)
29.35 6.05
SHEE0104A 07/01/2002
ALAMEDA AND CONTRA COSTA COUNTIES:
Work on projects with an HVAC
contract price of $270,000
equipped with packaged units or
a unitary system; Also, tenant
completion work extending from an
existing trunk line or an
existing water or air loop to
registers and/or diffusers; Also,
remodel or add-on contracts on
existing facilities providing the
contract price is $165,000 or
less; Also, architectural sheet
metal contracts of $100,000 or
less; Also, pre-engineered and
pre -manufactured siding
SHEET METAL WORKER
ALL OTHER WORK:
SHEET METAL WORKER
Rates Fringes
31.71 13.47
37.40 13.47
SHEE0104B 07/01/2002
MONTEREY AND SAN BENITO COUNTIES:
SHEET METAL WORKER
Rates Fringes
31.41 10.19
SHEE0104D 07/01/2002
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 32 0
35
SAN MATEO COUNTY:
Work with an HVAC contract
price of $270,000 equipped
with packaged units or a
unitary system; Also, tenant
completion work extending from
an existing trunk line or air
loop to registers and/or
diffusers; Also, remodel or
add-on contracts on existing
facilities providing the
contract price is $165,000 or
less; Also, architectural sheet
metal contracts of $100,000 or
less; Also, pre-engineered and
pre -manufactured siding
SHEET METAL WORKER
ALL OTHER WORK
SHEET METAL WORKER
Rates Fringes
35.10 11.13
38.55 12.12
SHEE0104E 07/01/2002
SAN FRANCISCO COUNTY:
Work with an HVAC contract
price of $80,000 or less;
Also, tenant completion work
providing the contract price is
$80,000 or less; Also, remodel
or add-on contracts on existing
facilities providing the contract
price is $50,000 or less; Also,
architectural sheet metal
contracts of $100,000 or less;
Also, pre-engineered and
pre -manufactured siding
SHEET METAL WORKER
ALL OTHER WORK:
SHEET METAL WORKER
Rates Fringes
37.09 11.87
37.86 13.00
SHEE0104G 07/01/2002
SANTA CRUZ COUNTY:
SHEET METAL WORKER
Rates Fringes
32.95 9.91
SHEE0104H 07/01/2002
Rates Fringes
SANTA CLARA COUNTY:
Work with an HVAC contract price
of $270,000 equipped with
packaged units or a unitary
system; Also, tenant completion
work extending from an existing
trunk line or air loop to
registers and/or diffusers;
Also, remodel or add-on
contracts on existing facilities
providing the contract price is
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/
/02
WAIS Document Retrieval Page 33 0
35
$165,000 or less; Also,
architectural sheet metal
contracts of $100,000 or less;
Also pre-engineered and
pre -manufactured siding'
SHEETMETAL WORKER
ALL OTHER WORK
SHEET METAL WORKER
36.54 10.77
38.75 12.61
SHEE01040 07/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA; MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
Metal decking and siding only:
SHEETMETAL WORKER
28.17 13.59
SHEE0162A 07/01/2002
rai,AVERAS AND SAN JOAQUIN COUNTIES:
SHEET METAL WORKER
Rates Fringes
26.97 10.63
SHEE0162C 07/01/2002
Rates
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:
SHEET METAL WORKER (excluding metal
deck and siding)
Fringes
28.18 11.93
SHEE0162D 06/01/2002
FRESNO, KINGS, AND MADERA COUNTIES:
SHEET METALWORKER
Rates
28.52
Fringes
12.46
SHEE0162M 07/01/1999
Rates Fringes
raTAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
STANISLAUS AND TUOLUMNE COUNTIES: •
Metal decking and siding only:
SHEET METAL WORKER
29.42 9.52
TEAM0094A 07/01/2002
TRUCK DRIVERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
Rates Fringes -
23.02
23.32
23.62
23.97
24.32
12.55
12.55
12.55
12.55
12.55
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
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 34 of 35
appropriate rate tor 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.; Vacuum trucks,. under 7,500 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 35 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting
trucks, 7,000 gals. and over; Vacuum trucks, 7,500 gals. and
over; Trucks towing tilt bed or flat bed pull trailers; Lowbed
heavy duty transport; Heavy duty transport tiller person; Self-
propelled street sweeper with self-contained refuse bin; Boom
truck - hydro -lift or Swedish type extension or retracting crane;
P.B. or similar type self -loading truck; Tire repairperson; Truck
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 35 yds. and under 65 yds.; Water pulls
- Dw 10's, 20's, 21's and other similar equipment when pulling
Aqua/pak or water tank trailers; Helicopter pilots (when
transporting men and materials); DW10's, 20's, 21's and other
similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker,
Euclid and similar type equipment when pulling fuel and/or grease
tank trailers or other miscellaneous trailers
GROUP 5: Dump trucks, 65 yds. and over; Holland hauler
WELDERS - Receive rate prescribedfor 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
(29 CFR 5.5(a) (1) (ii)) .
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
WAIS Document Retrieval Page 35 0
35
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division. letter setting forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other Matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 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, D. C. 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
http://frwebgat.../getdoc.cgi?dbname=Davis-Bacon&docid=CA02002 9/9/02
I
I
I
I
I
i
'I.
I
I
I
I
CONTRACT BOOK
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT
PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
CITY OF SAN MATEO, CALIFORNIA
CITY COUNCIL AWARD
CONTRACT DRAWINGS NO. 2-20-27 (3 sheets)
TIME OF COMPLETION: 30 Working Days
CONTENTS
NOTICE INVITING SEALED PROPOSALS
BID PROPOSAL FORMS
PROPOSAL FORM
SCHEDULE OF BID ITEMS
SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS
BIDDER'S STATEMENT
GUARANTY
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
NON -COLLUSION AFFIDAVIT
DEBARMENT AND SUSPENSION CERTIFICATION
NON -LOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS
DISCLOSURE OF LOBBYING ACTIVITIES
LOCAL AGENCY BIDDER DBE INFORMATION
CERTIFICATE OF NON-DISCRIMINATION
CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE
CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Q:\pw\P W ENG\A_CON7RS\2002\E.3rdffi4thlnlrcnt\Contred.doc
1
I
SPECIAL PROVISIONS
r
I
I
I
I
1
I
1
I
I
Sections:
1 Specifications and Plans
1-1.01 General
1-1.02 Defmition and Terms
1-1.03 Plans and Specifications
2 Proposal Requirements, Conditions and Non -Discrimination Guidelines
2-1.01 General
2-1.OIA Federal Lobbying Restrictions
2-1.02A Examination of Plans, Specifications, and Site of Work
2-1.03 Employment of Apprentices
2-1.04A Non -Discrimination Policy
2-1.04B Lowest Responsible Bidder
2-1.04C Standards of Non -Discrimination
2-1.04D Certification of Non -Discrimination
2-2.01 Disadvantaged Business Enterprise (DBE)
2-2.02 DBE Goal For This Project
3 Submission of DBE Information and Award and Execution of Contract
3.1.01 General
3-1.01A DBE Information
3-1.02 Award of Contract
3-1.03 Subcontracts
3-1.04 Changes Initiated By The Agency
3-1.05 Contract Bonds
3-1.06 Liability Insurance
3-1.07 Hold Harmless and Indemnity Provision
4 Beginning of Work, Time of Completion, and Liquidated Damages
4-1.01 General
4-1.02A Beginning of Work
4-1.03 Construction or Fabrication and Delivery Schedule (CPM)
4-1.04 Delays and Extensions of Time
4-1.05 Pre -Construction Conference
4-1.06 Time of Completion
4-1.07 Liquidated Damages
4-1.08 Location of Utilities
4-1.09 Construction Area Traffic Control
4-1.09A Traffic and Access
4-2 Acceptance of Contract
4-2.01 Substantial Completion of Work
4-2.02 Engineer's Acceptance of Contract
5 General
5-1 Miscellaneous
5-1.01 Prevailing Wage and Weekly Certified Payroll Submission
5-1.02 Hours of Labor
5-1.03 Labor Nondiscrimination
5-1.04 Removal of Asbestos and Hazardous Substances
5-1.05 San Mateo Business License Guidelines
5-1.06 Notice of Potential Claim
5-1.07 Attorney Fees
5-1.08 Payment
Q 1pw1PWENGW_CONTRS\2002\E.3rd&4lhlntrcnt\Contract.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5-1.08A General
5-1.08B Ten Percent (10%) Retention
5-1.08C Partial Payments
5-1.08D Final Payment and Claims
5-1.08E Prompt Progress Payment to Subcontractors
5-1.08F Prompt Payment of Withheld Funds to Subcontractors
5-1.09 Mediation
5-1.10 Arbitration
5-1.11 Mobilization
5-1:12 Subcontractors and DBE Records
5-1.13 DBE Certification Status
5-1.14 Performance of DBE Subcontractors and Suppliers
5-1:15 Subcontracting
5-2 Control of Work
5-2.01 Surveying
5-2.02 Measurement of Quantities
5-2.03 Cooperation and Collateral Work
5-2.04 Protection and Restoration of Existing Improvements
5-2.05 Submittals and Partial List of Submittals
5-2.06 Substitutions
6 BLANK
7 Water Pollution
7-1.01 Water Pollution
8 Materials
8-1.01 Buy America Requirements
8-2.01 Portland Cement Concrete
9
9-1.01
Description of Work
Description of Work
10 Construction Details
10-1 General
10-1.1 Access to Work Area
10-1.2 Progress Schedule
10-1.3 Obstructions
10-1.4 Construction Area Signs
10-1.5 Existing Highway Facilities
10-3 Signals and Electrical Systems
10-3.01 Description
10-3.02 Maintaining Existing and Temporary Electrical Systems
10-3.03 Cost Breakdown
10-3.04 Conduit
10-3.05 Pull Boxes
10-3.06 Conductors and Wiring
10-3.07 Detectors
10-3.08 Technical Support
10-3.09 Payment
11 Blank
12 Blank
13 Blank
I
Q:\pw\P W ENG W _CONTRS\2002\E.3 rd&41h[ntrcnt\Contract.doc
3
I
I
I
1
I
t
I
I
I
I
I
I
I
i
i
APPENDIX I
APPENDIX II
APPENDIX III
AGREEMENT FOR PUBLIC IMPROVEMENT
Section 14, Federal Requirements for Federal -Aid Construction Project.
Federal Minimum Wage Rates
Q:\pw\PWENGIA_CONTRS\2002\E.3rd&4thIn7cnt\Contract.doc
4
I
1
I
I
I
1
I
I
I
1'
I
I
■
I
I
ii
I
NOTICE INVITING SEALED PROPOSALS
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. 5102 (023)
CITY PROJECT NO. -09-90-51.37
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo, California, for EAST THIRD
AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT and other work as shown on the
Contract Drawings No. 2-20-27 and as described in this Contract Book and the State of California,
Department of Transportation Standard Specifications and Standard Plans dated July 1992. The work
described requires that the bidder be licensed by the State of California as a Class A Contractor or a Class
C-10 Contractor license at the time this contract is awarded.
2. The Contract Book, plans, and proposal forms are available at the Public Works Department, City Hall,
330 West 20th Avenue, San Mateo, California. A non-refundable fee of $20.00 per set is required if
picked up or $25.00 for each set if mailed. Any questions regarding the contract documents should be
directed to Andrew Wong at 650/522-7306, or in writing at the above address.
3. The estimated construction cost of this project is approximately $ 90,000.00. This estimate is not based
on a "contractor's cost take off' of the project, but is derived from an averaging of costs for work on
similar projects in the area of which the City is aware. This figure is given to indicate the relative order of
magnitude of this project and is not intended to influence or affect in any way the amount bid for this
project.
4. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to
Government Code, Section 12990.
5. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City
of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid.
6. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in
Section 2, "Proposal Requirements, Conditions, and Non -Discrimination Guidelines," in the Special
Provisions.
7. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the
preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall
include specific acknowledgement in the space provided of receipt of all Addenda issued during the
bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure
of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the
instructions. It is the responsibility of the contractor to contact the City to determine the existence of any
and all addenda.
8. The time of completion for this contract shall be 30 (thirty) working days, beginning from the date
specified in the Notice to Proceed.
9. This project has a goal of 4.5 percent (minimum) disadvantaged business enterprise (DBE) participation.
10. The City will ensure that in any contract entered into pursuant to this advertisement, disadvantaged
business enterprises will be afforded MI opportunity to submit bids in response to this invitation.
11. This project is subject to the "Buy America" provisions of the Surface Transportation Assistance Act of
1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991.
Q:1pw\P W ENG W _CONTR St2002\E.3rd&4th[ntrc nt\Contract.doc
5
I
I
1
I
I
I
I
I
I
I
1
I
1
I
I
12. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any
informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid
being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo
is a charter City and any contract entered into is subject to the provisions of the City of San Mateo
Charter, which may supersede certain provisions of the public Contract Code and other provision of state
law.
13. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of
California, in force on the day this bid was announced or determined by the administrator of the Wage
and Hour Division, U.S. Department of Labor, in force on the day bids are opened, which ever is higher,
will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing
wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in
effect on the date of advertisement for bids.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date
which are in effect on the date of advertisement for bids, such determinations remain in effect for the life
of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date
indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be
paid for work performed after this date have been predetermined. If work is extended past this date, the
new rate must be paid and should be incorporated in contracts the Contractor enters into.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties,
in which the work is to be done have been determined by the Director of the California Department of
Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be
posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct
scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of
bidders. The State Prevailing Wage Rates may also be obtained from the California Department of
Industrial Relations intemet web site at http://www.dir.ca.gov. Any errors or defects in the materials in
the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The
Federal minimum wage rates for this project as predetermined by the United Sates Secretary of Labor are
available from the Office of the City Clerk of the City of San Mateo at 330 West 20th Avenue, San Mateo,
CA during normal business hours.
Addenda noticing modifications to the Federal minimum wage rates, if necessary, will be issued to
holders of "Proposal and Contract" books. Future effective general prevailing wage rates which have
been predetermined and are on file with the California Department of Industrial Relations are referenced
but not printed in the general prevailing wage rates.
Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal and
Contract." If there is a difference between the minimum wage rates predetermined by the Secretary of
Labor and the general prevailing wage rates determined by the Director of the California Department of
Industrial Relations for similar classifications of labor, the Contractor and Subcontractor shall not pay less
than the higher wage rate. The Department will not accept lower State wage rates not specifically
included in the Federal minimum wage determinations. This includes "helper" (or other classifications
based on hours of experience) or any other classification not appearing in the Federal wage
determinations. Where Federal wage determinations do no contain the State wage rate determination
otherwise available to use by the Contractor and subcontractors, the Contractor and subcontractors shall
pay not less than the Federal minimum wage rate which most closely approximates the duties of the
employees in question.
The U.S. Department of Transportation (DOT) provides a toll -free "hotline" service to report bid rigging
activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00
p.m., eastern time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging,
bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The
"hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract
fraud and abuse and is operated under the direction of the DOT Inspector General. All information will
be treated confidentially and caller anonymity will be respected.
Q:\pw\PSVENG1A_CONTRS\2002T.3rdMthIntiontkContrazt.doc
6
I
I
I
I
I
I
I
I
1
p
1
I
I
14. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo,
California 94403, at or before 2:00 p.m., September 17, 2002, and they shall be opened and read by a City
Representative at said date and time at a public meeting called by him.
15. Said City Representative shall report the results of the bidding to the City Council at a later date, at which
time the City Council may award the contract to the lowest responsible bidder as so reported; or as the
City's interest may dictate, City Council may exercise its right to modify the award or to reject any or all
bids.
16. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35
days after the Notice of Completion is recorded. However, pursuant to the Public Contracts Code Section
22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the
City make payments of retention earned directly to an escrow agent at the Contractor's expense. The
provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract.
Dated: August 24, 2002 /s/Sue Lempert; MAYOR
Q:\pw\P WENG\A_CONTRS\2002\E:3rd&4thrntrcnt\Contract.doc
7
I
I
I
I
t
I
I
1
I
I
I
I
1
1
PROPOSAL FORM
(Entire proposal to be submitted as sealed bid.)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO.09-90-51.37
TO THE HONORABLE CITY COUNCIL
CITY OF SAN MATEO, CALIFORNIA
DEAR COUNCIL MEMBERS:
FOR THE TOTAL SUM OF (use figures only)
computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned
hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo,
California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services
required to complete all items of work shown in the contract documents. All work shall conform to the lines,
grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the
State of California Department of Transportation Standard Specifications and State Standard Plans dated July
1992.
The work for which this proposal is submitted is for construction in conformance with the special
provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum
wage rates whichever is higher), the project plans described below, including any addenda thereto, the contract
annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated
July, 1992, the Standard Specifications, dated July, 1992, and the Labor Surcharge and Equipment Rental Rates in
effect on the date the work is accomplished.
This proposal is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS
and BIDDER'S STATEMENT.
ADDENDA — This proposal is submitted with respect to the changes to the contract included in the
addenda number/s
By my signature on this proposal I certify, under penalty of perjury under the laws of State of California,
that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are
true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment
and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my
signature on this proposal I further certify under penalty of perjury under the laws of State of California and
United States of America, that Non Collusion Affidavit required by Title 23 United States Code, Section 112 and
Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and
Suspension Certification are true and correct.
The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF
BID ITEMS.
Contractor's Signature Date
Name of Company
( )
Phone Number
( )
Fax Number
Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total
of all items.
Q:1pw'PWENGlACONTRS120021E.3rd&4 hlntmntkContractdoc'
8
I
1
I
I
I
I
t
1
I
I
I
I
I
The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each
lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose.
In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit
price bid and the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall
prevail, except as provided in (a) or (b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as
the amount as the entry in the item total column, then the amount set forth in the item total column for the
item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained
shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a
factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the
discrepancy will be resolved by using the entered unit price or item total, whichever most closely
approximates percentage -wise the unit price or item total in the City of San Mateo's Final Estimate of
cost.
If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be
deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted,
the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid
is provided.
Symbols such as commas and dollar signs will be ignored and have no mathematical significance in
establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be
interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no
significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars
and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump
sum item is included in a bid and it differs from the item total, the items total shall prevail.
The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover
every omission, inconsistency, error or other irregularity, which may occur in a bid. Any situation not specifically
provided for will be determined in the discretion of the City of San Mateo, and that discretion will be exercised in
the manner deemed by the City of San Mateo to best protect the public interest in the prompt and economical
completion of the work. The decision of the City of San Mateo respecting the amount of a bid, or the existence or
treatment of an irregularity in a bid, shall be final.
If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the
2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo, within
8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of
San Mateo that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder
has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the
forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City
of San Mateo.
By my signature on this proposal, as bidder, declares that the only persons or parties interested in this
proposal as principals are those named herein; that this proposal is made without collusion with any other person,
firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form
of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will
contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all
necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the
materials specified in the contract, in the manner and time therein prescribed, and according to the requirements
of the Engineer as therein set forth, and that he will take in full payment therefore the following prices, to wit:
Q:\pw\PWENGW_CONTRS\20021E.3rd&4thlntrcnt\Contract.doc
9
SCHEDULE OF BID ITEMS
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
I
I
I
I
I
I
I
t
1
I
I
I
a
I
I
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
No.
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT
PRICE
TOTAL
PRICE
1
Install New 2" Conduit
1,700
LF
$
$
2
Install New Interconnect Cable
3,050
LF
$
$
3
Install New Pull Box
8
EA
$
$
4
Connect Interconnect to Traffic
Controller Inside Controller Box
5
EA
$
$
5
Traffic control system
I
LS
$
$
6
Construction staking
1
LS
$
$
7
Traffic Detector Loops and DLC
8
EA
$
$
8
Mobilization
1
LS
$
$
TOTAL BID
$
i
Q:\pw\P WENG\A_CONTRS\2002\E3rd&4thlntrcnt\Contrad.doc
10
1
l
I
1
r
I
I
1
I
I
I
I
1
SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
Each bidder acknowledges it is aware and familiar with the requirements related to subletting and
subcontracting set forth in Section 2-1.054 and 8-1.01 of the State Standard Specifications, and in the Subletting
and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of
California. These requirements include a provision that the Contractor shall perform, with its own organization,
contract work amounting to at least 50 percent of the contract price.
(Note: also see SUBCON CRACTING in Section 5-1.15 of the Special Provisions)
Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in
accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth
the following:
1. Name and address of the place of business of each subcontractor who will perform work
or labor or render service to the general contractor in or about the construction of the work
or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the
general contractor's total bid or $10,000, whichever is greater.
2. The specific work and dollar amount of work, which will be done by each subcontractor.
3. If no portion of the work is to be subcontracted as provided in item 1, insert the word
"none" in the space provided and sign below.
4. On projects with DBE goals, the subcontractor listing requirement, set forth herein on this
"title," is in addition to the DBE subcontractor listing required by the second Friday after
the bid opening: Bidder DBE Information. The two listings must be consistent when the
subcontracting amount meets the appropriate dollar amount thresholds.
NAME
ADDRESS
SPECIFIC
WORK
DOLLAR
AMOUNT
$
$
$
$
$
I
Q:\pw\PWENO\A CONTRS\20021E.3rdffi4thIntrcnt\Contract.doc
11
I
a
I
I
I
I
I
a
I
I
1
I
I
1
I
I
I
NAME
ADDRESS
SPECIFIC
WORK
DOLLAR
AMOUNT
$
$
$
$
$
$
$
$
$
Contractor's Signature
1
Q:\pw\PWENG\A_CONTRS12002\E.3rd&4thlntrcnt\Contract.doc
12
1
I
I
t
1
I
1
I
r
I
I
I
I
I
1
I
BIDDER'S STATEMENT
Page 1 of 3
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
The undersigned has carefully read the STATE OF CALIFORNIA DEPARTMENT OF
TRANSPORTATION Standard Specifications, 1992 Edition, and realizes that any variation or deviation from
these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the
work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so
within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all
of the work and forfeiture of the Contractor's bond.
The undersigned Contractor's license number and class is No. , Class , and the
expiration date is . Contractor may leave above blank, but information must be provided
prior to the time of award. Failure of the bidder to obtain proper and adequate licensing for an award of a contract
shall constitute a failure to execute the contract as provided in Section 10181 of the Public Contract Code and
shall result in the forfeiture of the security of the bidder.
Pursuant to Business and Professions Code Section 7028.15, I, , declare under
penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true
and correct and that this declaration is made on this day of , 200_,
at , California.
The undersigned understands he must meet the requirements of Section 2, "PROPOSAL REQUIREMENTS
CONDITIONS, AND NON-DISCRIMINATION GUIDELINES " of these Special Provisions prior to award of
contract and conform to those guidelines throughout the duration of the contract.
The undersigned understands that this project is subject to the "Buy America" provisions of the Surface
Transportation Assistance Act of 1982 (see Section 8.1 of the Special Provisions).
It is understood that the quantities set forth herein are approximate only and are to be used only for the
comparison of bids and the guidance of the bidder.
If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I,
together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile
liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within eight (8)
days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of
San Mateo that the contract has been awarded and to commence work within five (5) days of the date specified in
the notice to proceed, and to complete the work under said contract within the specified number of working days
beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all
subcontractors obtain a San Mateo Business License in accordance with Section 5-1.05 of the Special Provisions,
SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the
Business License current for the entire term of the contract.
Q:\pw\PWENG\A CONTRS\2002\E.3rd@4thlnlrcnt\Contrect.doc
13
BIDDER'S STATEMENT (cont.)
Page 2 of 3
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.37
If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the
error was made in computing the total amount and the unit price alone will be considered as representing the
bidder's intention.
Unit prices bid must not be unbalanced.
The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that
the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid.
Enclosed find bond or certified check or cashier's check, No. of the
Bank for . Not less than
ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that
the undersigned will enter into the contract if awarded to the undersigned.
The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date
set for the opening thereof.
NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE
ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND
ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two
members of a firm or partnership, please attach an additional page) OR IF MADE BY A CORPORATION, THE
PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE
CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE
PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION.
Q:\pw\PW ENG\A_CONTRS\2002\E.3rd&4thlni cnl\Contrect.doc
14
I
I
I
I
I
I
I
I
1
I
I
i
p
1
I
I
I
BIDDER'S STATEMENT (cont.)
Page 3 of 3
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO.90-51.37
SIGNATURES FOR BIDDER:
If INDIVIDUAL, sign below:
Signature Date
Print name
Post Office Address
If PARTNERSHIP, sign below (show names of
non -signing partners):
Signature Date
Name of Partner
Post Office Address
Signature Date
Name of Partner
Post Office Address (if different)
If CORPORATION; sign below (show names of
non -signing officers):
a CORPORATION
Name of State Where Chartered
Signature Date
Print name of person signing bid
Title
List names of the following officers:
PRESIDENT
SECRETARY
TREASURER
Post Office Address
City
State Zip
Business Street Address (please include even if P.O
Box is used)
Q:\pw\PWENG\A_CON1RS\2002\E.3rd8c4thlnlrcntlCantract doc
15
I
r
1
I
I
I
I
I
I
I
I
I
1
I
I
1
I
GUARANTY
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO.90-51.37
To the City of San Mateo:
FOR EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
The undersigned guarantees the construction and installation of the following work included in this project:
Work as shown on the contract plans No. 2-20-27
Should any of the materials or equipment prove defective or should the work as a whole prove defective, due
to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to
operate properly as originally intended and in accordance with the plans and specifications, due to any of the
above causes, all within six months after the date on which this contract is accepted by the City, the undersigned
agrees to reimburse the City, upon demand, for its expenses incurred in restoring said work to the condition
contemplated in said project, including the cost of any such equipment or materials replaced and the cost of
removing and replacement or materials replaced and the cost of removing and replacing any other work necessary
to make such replacement or repairs, or, upon demand by the City, to replace any such material and to repair said
work completely without cost to the City so that said work will function successfully as originally contemplated.
The City shall have the unqualified option to make any needed replacement or repairs itself or to have such
replacements or repairs done by the undersigned. In the event City elects to have said work performed by the
undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be
furnished and installed within reasonable time after the receipt of demand from the City. If the undersigned shall
fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all costs and
expenses; including attorneys' fees, reasonably incurred by reason of the said failure or refusal.
Contractor
Date
Q:\pw\P WENG\A_CONTRS\2002\E.3rd&4thlnhcnt\Contract.doc
16
i
1
I
I
I
3
I
I
I
I
I
I
I
I
I
I
I
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.37
In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), bidder hereby declares
under penalty of perjury that the bidder:
❑ has ❑ has not
been convicted within the preceding three years of any offenses referred to in that section, including any
charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in
connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public
Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 110, including the
Regents of the University of California or the Trustees of the California State University. The term "bidder" is
understood to include any partner, member, officer, director, responsible managing officer, or responsible
managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check before "has" or "has not" in one of the boxes provided.
The above statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also
constitute signature of this statement.
Bidders are cautioned thatmaking a false certification may subject the certifier to criminal prosecution.
Q:\pw\P W ENG\A_CONTR S\2002\E.3 rd&4lhinnc nt\Contract.doc
17
I
1
I
I
I
I
I
I
I
r
1
I
I
I
i
r
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL -AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
In accordance with Public Contract Code Section 10162, the bidder shall complete, under penalty of perjury,
the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has proprietary interest in the
bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or
local government project because of violation of law or safety regulation?
❑ Yes ❑ No
If the answer is yes, explain the circumstances in the following space:
Q:\pw\P W ENGU_CONTRS\2002\E.3rd&4thInncnt\ContrmLdoc
18
I
I
1
I
I
I
I
I
I
1
1
1
I
1
1
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO.90-51.37
In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of
perjury, that no more than one final, un-appealable finding of contempt of court by federal court has been issued
against the Contractor within the immediately preceding two year period because of the Contractor's failure to
comply with an order of the National Labor Relations Board.
The above statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also
constitute signature of this statement.
Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Q:1Pw\P W ENG\A_CONTRS\20021E.3rd &AthIntrcnt\Contract. doe
19
NON -COLLUSION AFFIDAVIT
TITLE 23, UNITED STATES CODE, SECTION 112
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
I
I
i
I
s
I
r
I
I
1
1
I
I
I
I
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.37
In accordance with Title 23, United States Code, Section 112 and Public Contract Code 7106, the bidder
declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham bid, or that
anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that all statements
contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid,
and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to
any member or agent thereof to effectuate a collusive or sham bid.
Note: The above Statement, Questionnaire and Non -Collusion Affidavit are part of the Proposal. Signing
this Proposal on the signature portion thereof shall also constitute signature of this Statement, Questionnaire and
Non -Collusion Affidavit.
Bidders are cautioned that making false certification may subject the certifier to criminal prosecution.
Q1pwW W ENG\A_CONTRS\2002\E.3rd&4thlntrcnt\Contract.doc
20
1
I
1
I
I
1
I
1
r
I
1
I
I1
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.37
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, officer manager:
1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any
federal agency;
2. Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency
within the past 3 years;
3. Does not have a proposed debarment pending; and
4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space:
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder
responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of
action.
Note: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall
also constitute signature of this certification.
Q:\pwWWENG1A_CONTRS12002W.3rdSt4thIntrant1Contract.dac
21
11
I
i
I
1
I
I
r
I
I
I
1
1
NON -LOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. 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 theextension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
2, 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 of Lobbying Activities," in accordance with
its instructions.
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 Section 1352, Title 31, U.S. Code. 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.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that
all such sub recipients shall certify and disclose accordingly.
Q:\pw\PWENG\A_CONTRS\2002E.3rdeathIntraut\Contract.doe
22
DISCLOSURE OF LOBBYING ACTIVITIES
1
1
I
I
1
I
1
1
I
I
1
Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
1. Type of federal action:
❑ a. Contract
❑ b. Grant
❑ c. Cooperative agreement
❑ d. Loan
❑ e. Loan guarantee
❑ f. Loan insurance
2. Status of federal action:
0 a. Bid/offer/application
0 b. Initial award
0 c. Post -award
3. Report type:
0 a. Initial
0 b. Material change
For material change only:
Year Quarter
Date of last report
P
4. Name and address of reporting
❑ Prime 0 Subawardee
Tier
Congressional District, if known:
entity:
, //known
5. If reporting entity in #4 is Subawardee, enter
name and address of prime:
Congressional District, if known:
6. Federal Department/Agency:
7. Federal program name/description:
CFDA number, if applicable:
8. Federal Action Number, if known:
9. Award amount, if known: $
10. a. Name and address of lobbying entity (if
individual, last name, first name, MI):
(attach Continuation Sheet(s), if necessary)
b. Individuals performing services (including
address if different from #l0a) (last name,
first name, MI):
(attach Continuation Sheet(s), if necessary)
11. Amount of payment (check all that apply):
$ 0 Actual 0 Planned
13. Type of payment (check all that apply):
0 a. Retainer
0 b. One-time fee
0 c. Commission
0 d. Contingent fee
❑ e. Deferred
0 f. Other; specify:
12. Form of payment (check all that apply):
❑ a. Cash
❑ b. In -kind; specify:
Nature
Value
14. Brief description of services performed or to be performed and date(s) of service, including officer(s),
employee(s), or member(s) contacted, for payment indicated in item #11:
(attach Continuation Sheet(s), if necessary)
15. Continuation Sheet(s) attached: 0 Yes 0 No
16. Information requested through this form is
authorized by Title 31 U.S.C. Section 1352.
This disclosure of lobbying activities is a
material representation of fact upon which
reliance was placed by the tier above when this
transaction was made or entered into. This
disclosure is required pursuant to 31 U.S.C.
1352. This information will be reported to the
Congress semi-annually and will be available
for public inspection. Any person who fails to
file the required disclosure shall be subject to a
civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
Signature:
Print Name:
Title:
Phone No: Date:
Federal Use Only: Authorized for Local Reproduction/Standard Form-LLL
1
Q:\pw\PW ENGU_CON7RS\2002\E.3rd&4thlntrcnt\Contract.doc
23
I
r
I
I
I
1
I
I
I
i
INSTRUCTIONS FOR COMPLETION OF STANDARD FORM LLL,
(DISCLOSURE OF LOBBYING ACTIVITIES)
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal
recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to
Title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to
lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a
covered Federal action. Attach a continuation sheet for additional information if the space on the form is
inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the
implementing guidance published by the Office of Management and Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to
influence the outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material
change to the information previously reported, enter the year and quarter in which the change occurred.
Enter the date of the last, previously submitted report by this reporting entity for this covered Federal
action.
4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional
District if known. Check the appropriate classification of the reporting entity that designates if it is or
expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee
of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract
awards under grants.
5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city,
state, and zip code of the prime Federal recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making the award or loan commitment. Include at least one
organization level below agency name, if known. For example, Department of Transportation, United
States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter
the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements,
loans, and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identification in
item I (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement
number, the contract grant or loan award number, the application/proposal control number assigned by the
Federal agency). Include prefixes, e.g., "RFP-DE-90-001."
9. For a covered Federal action where there has been an award or loan commitment by a Federal agency,
enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting
entity identified in item 4 to influence the covered Federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different from
10(a). Enter the last name, first name, and middle initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4)
to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made
(planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of
payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind
contribution, specify the nature and value of the in -kind request.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be
expected to perform and the date(s) of any services rendered. Include all preparatory and related activity
not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s)
contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name, title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response,
including time for reviewing instruction, searching existing data sources, gathering and maintaining the data
needed, and completing and reviewing the collection of information. Send comments regarding the burden
Q:\pw1PWENG\A_CONTRS120021E.3rd&4thlntrcnt\Contract.dac
24
estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to
the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503.
I
I
I
1
I
Q:1pwPWENGIA_CONTRS\20021E.3rd&AthIntronfContmact.doc
25
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
LOCAL AGENCY BIDDER - DBE INFORMATION
This information may be submitted with your bid proposal. If it is not, and you are the apparent low
bidder or the second or third low bidder, it must be submitted and received as specified in Section 3-1.OIA
of the Special Provisions. Failure to submit the required DBE information will be grounds for finding the
proposal nonresponsive.
CO. -RTE: K.P.:
CONTRACT NO.:
BID AMOUNT: $
BID OPENING DATE:
BIDDER'S NAME:
BIDDER'S ADDRESS:
DBE GOAL FROM CONTRACT:
DBE PRIME CONTRACTOR CERTIFICATION 1:
CONTRACT
ITEM NO.
ITEM OF WORK AND
DESCRIPTION OR
SERVICES TO BE
SUBCONTRACTED OR
MATERIALS TO BE
PROVIDED 2
DBE CERT. NO.
NAME OF DBEs
(Must be certified on the
date bids are opened -
include DBE address and
phone number)
DOLLAR
AMOUNT
DBE 3
IMPORTANT: Identify all DBE firms being claimed for
credit, regardless of tier. Copies of the DBE quotes are
required. Names of the First Tier DBE Subcontractors
and their respective item(s) of work listed above shall be
consistent, where applicable, with the names and items of
work in the "List of Subcontractors" submitted with your
bid pursuant to the Subcontractors Listing Law and
Section 2-1.01, "General," of the Special Provisions.
1. DBE prime contractors shall enter their DBE
certification number. DBE prime contractors shall
indicate all work to be performed by DBEs including
work performed by its own forces.
2. If 100% of item is not to be performed or furnished
by DBE, describe exact portion of item to be performed
or furnished by DBE.
3. See Section 2-2.01, "Disadvantaged Business
Enterprise," to determine the credit allowed for DBE
firms.
Total Claimed
Participation
$
%
Signature of Bidder
Date (Area Code) Tel. No.
Person to Contact (Please Type or Print)
1
Q:\pw\P WENG\A_CONTRS\20021E.3rd&4thlntrcnt\Contract.doc
26
DBE INFORMATION - GOOD FAITH EFFORTS
I
I
I
1
I
I
I
I
I
I
I
1
I
The City of San Mateo established a Disadvantaged Business Enterprise (DBE) goal of 4.5% for this project.
The information provided herein shows that adequate good faith efforts were made.
A. The names and dates of each publication in which a request for DBE participation for this project was
placed by the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates
and methods used for following up initial solicitations to determine with certainty whether the DBEs were
interested (please attach copies of solicitations, telephone records, fax confirmations, etc.):
Names of Date of Inital Follow Up
DBEs Solicitation Methods and
Solicited Dates
C. The items of work which the bidder made available to DBE firms, including, where appropriate, any
breaking down of the contract work items (including those items normally performed by the bidder with
its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's
responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to
DBE firms.
Items of Work Breakdown of Items
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of
the DBEs, and the firms selected for that work (please attach copies of quotes from the firms involved):
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the
DBEs:
Q: \pw\P W ENG W _CONTRS\2002\E.3rd& 41 h Inircnt\Contract.doc
27
1
r
1
1
I
1
1
1
1
1
1
I
1
i
1
1
1
Names, addresses and phone numbers of firms selected for the work above:
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any
technical assistance or information related to the plans, specifications and requirements for the work
which was provided to DBEs:
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related
assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from
the prime contractor or its affiliate.
G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting
and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists,
Internet page download, etc.).
Name of Method/Date Results
Agency/Organization of Contact
H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):
Q:\pwW W ENG1A_CONTRS\2002W.3rd&4thl ntrcntlContraa.doc
28
1
1
1
I
I
I
1
I
CERTIFICATION OF NON-DISCRIMINATION
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in
employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local
directives, and executive orders regarding non-discrimination in employment will be complied with; and that the
principle of equal opportunity in employment will be demonstrated positively and aggressively.
BIDDER
By:
(Print Name and Title of person making certification)
Date
Q:\pw\P WENG\A_CONTRS\2002\E.3rd&4th!Mrcnt\Connact.doc
29
1
11
1
1
I
r
1
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO.90-51.37
On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the
Director of Industrial Relations of the State of California or as determined by the Administrator of the Wage and
Hour Division, U.S. Department of Labor, in force on the day this bid was opened, whichever is higher, will be
the minimum paid to all craftsmen and laborers working on this project.
Any contractor awarded a public works project who intends to use a craft or classification not shown on the
general prevailing wage determinations will be required to pay the wage rate of that craft or classification most
closely related to it as shown in the general determinations effective at the time the bids are opened. Attention is
directed to Section 14, Federal Requirements for Federal -Aid Construction Project.
A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility
of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office
for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a
bidder's failure to comply with the actual scale then in force. The Federal minimum wage rates for this project are
as predetermined by the United States Secretary of Labor. The undersigned understands that weekly -certified
payrolls must be submitted for verification.
BIDDER
By:
(Print Name and Title of person making certification)
Date
Questions shall be addressed to:
Department of Labor Relations
Division of Labor Statistics and Research
Prevailing Wage Unit
45 Fremont Street, Suite 1160
P. O. Box 42063
San Francisco, CA 94142-0603
Questions regarding Federal Labor Standards shall be addressed to:
Branch of Construction Wage Determination
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, D.C. 20210
Q:\pw W WENG1A_CONTRS\2002\E.3rd&4thlntrcnt\Contract.doc
30
t
1
I
I
1
1
1
I
1
I
1
I
1
I
CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.37
I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that
code, and I will comply with such provisions before commencing the performance of the work of this contract.
BIDDER
By:
(Print Name and Title of person making certification)
Date
Q:\pw1PW ENG\A_CONTRS\2002\E.3rd&4thlntrcnt1Contract.doc
31
1
I
I
I
I
I
I
I
L
I
I
I
I
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
(To be submitted with Proposal Form)
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 09-90-51.37
The bidder ,proposed subcontractor
, hereby certifies that he has _ , has not _ , participated in a previous contract
or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246,
and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal
Contract Compliance, a Federal Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements.
Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of
Labor, 41 CFR 60-1.7(b) (1), and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts
and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5.
(Generally only contracts or subcontracts of $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a
report covering the delinquent period or such other period specified by the Federal Highway
Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
(THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO
CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A
PART OF THIS PROPOSAL)
Q:\pwWWENGU CONTRS\2002\E.3rd&4thInfrcnt\Conhact.doc
32
I
Li
I
I
I
I
A
I
I
I
I
I
I
p1
I
I
SPECIAL PROVISIONS
EAST THIRD AND FOURTH AVENUE SIGNAL. INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.3 7
CITY OF SAN MATEO
DEPARTMENT OF PUBLIC WORKS
STATE OF CALIFORNIA
SECTION 1. SPECIFICATIONS AND PLANS
1-1.01 GENERAL
The work embraced herein shall be done in accordance with the State of California Department of
Transportation Standard Specifications, 1992 Edition (hereinafter referred to as the Standard Specifications); the
State of California Department of Transportation Standard Plans, 1992 Edition; and according to these Special
Provisions.
The bidder's attention is directed to the provisions in Section 1, "Definitions and Terms," of the Standard
Specifications and these Special Provisions for the requirements and conditions which must be observed in the
preparation of the proposal form and the submission of a bid.
Project contract drawings shall govern in lieu of conflicting provisions of the Standard Plans; Standard Plans
and project contract drawings shall govern in lieu of conflicting provisions of the Standard Specifications; the
Special Provisions shall govern in lieu of conflicting provisions of both the Standard Specifications and the
Standard Plans, but shall in no way nullify non -conflicting portions of the Standard Specifications.
The Contractor shall, at all times during discussions with City staff or representatives, have in his/her
possession a copy of this Contract Document and a complete copy of the Standard Specifications and Standard
Plans referenced above.
1-1.02 DEFINTTIONS AND TERMS
Wherever in the Standard Specifications, special provisions or contract documents,unless the context
otherwise requires, the following terms shall have the following meaning:
Department of Transportation. The City of San Mateo, State of California.
Director of Transportation. The City Council of the City of San Mateo, State of California.
Agency, Architect, Authorized Representative, City, City Representative, Construction Manager, Engineer
City Engineer, Geotechnical Engineer, Resident Engineer, Project Architect, Soil Engineer. Shoring Engineer.
Owner, or Owners Representative. The Director of Public Works of the City of San Mateo, State of California,
acting either directly or through properly authorized agents, such agents acting within the scope of the particular
duties entrusted to them.
Contractor, General Contractor, Electrical Contractor, or Construction Site Manager. The Contractor acting
either directly or through properly authorized agents, such agents acting within the scope of the particular duties
entrusted to them.
Laboratory. The established laboratory of the Materials and Research Section of the Department of the
Transportation of the State of California or laboratories authorized by the Engineer to test materials and work
involved in the contract.
State. The City of San Mateo
Transportation Building, Sacramento. City Hall, City of San Mateo, State of California.
Q:\pw1P WENG\A_CONTRS\2002\E.3rd&Athlntrcnt\Contract.doc
33
1
I
V
I
I
I
I
I
I
I
I
I
I
I
I
I
State Highway Engineer. The Director of Public Works of the City of San Mateo, State of California.
Standard Specifications. Means the 1992 edition of the Standard Specifications of the State of California,
Department of Transportation. Any reference therein to the State of California or State agency, office or officer
shall be interpreted to refer to the City or its corresponding agency, office or officer acting under this contract.
Work. All the work specified, indicated, shown or contemplated in the contract to construct the improvement,
including all alterations, amendments or extensions thereto made by contract change order or other written order
of the Engineer.
1-1.03 PLANS
All work shall be done in accordance with the Contract Drawings No. 2-20-27, titled:
"EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT."
If no standard plan is listed for a detail needed to complete the required work, City of San Mateo standard
plans will be used. If there is no City of San Mateo standard plan that applies, State of California, Department of
Transportation, Standard Plans, 1992 Edition, will be used.
Q:\pw\PWENGW_CONTRS\2002\E.3rd&4thlntrcnt\Contract.doc
34
SECTION 2. PROPOSAL REOUIREMENTS, CONDITIONS AND NON-DISCRIMINATION
GUIDELINES
2-1.01 GENERAL
The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," of the
Standard Specifications and these Special Provisions for the requirements and conditions which must be observed
in the preparation of the proposal form and the submission of a bid.
In addition to the subcontractors required to be listed in conformance with Section 2-1.054, "Required Listing of
Proposed Subcontractors,' of the Standard Specifications, each proposal shall have listed therein the portion of
work that will be done by each subcontractor listed. A sheet for listing the subcontractors is included in the
Proposal.
In conformance with Public Contract Code Section 7106, a Non -collusion Affidavit is included in the Proposal.
Signing the Proposal shall also constitute signature of the Non -collusion Affidavit.
The contractor, sub recipient 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 recipient deems appropriate. Each subcontract signed by the bidder must include this
assurance.
2-1.OlA FEDERAL LOBBYING RESTRICTIONS
Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any
lower tier sub recipient of a Federal -aid contractor to pay for any person for influencing or attempting to influence
a Federal agency or Congress in connection with the awarding of any Federal -aid contract, the making of any
Federal grant or loan, or the entering into of any cooperative agreement.
If any funds other than Federal funds have been paid for the same purposes in connection with this Federal -aid
contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form
as part of the bid documents.
A certification for Federal -aid contracts regarding payment of funds to lobby Congress or a Federal agency is
included in the Proposal. Standard Form-LLL, "Disclosure of Lobbying Activities", with instructions for
completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature
of the certification.
The above -referenced certification and disclosure of lobbying activities shall be included in each subcontract and
any lower -tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from
tier to tier until received by the Engineer.
The Contractor, subcontractors and any lower -tier contractors shall file a disclosure form at the end of each
calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of
the information contained in any disclosure form previously filed by the Contractor, subcontractors and any
lower -tier contractors. An event that materially affects the accuracy of the information reported includes:
1. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or
attempting to influence a covered Federal action; or
2. A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action;
or
3. A change in the officer(s), employee(s), or member(s) contacted to influence or attempt to influence a
covered Federal action.
Q:1pw1PWENG\A_CONTRS120021E.3rd&4thlnttcnt\Contract.doc
35
I
I
L
I
I
I
I
I
I
I
I
I
I
2-1.02A EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK
The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the
proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that the bidder has
investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work
to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans,
specifications and contracts.
The bidder represents that he or she is fully qualified to perform this examination and review.
If the bidder determines that any portion of the site or the plans and specifications present any interpretation
problems of any kind, the bidder shall note such a determination upon this proposal form and attach any
additional information necessary to state the basis of the bid. Failure to note any such determination shall be
conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications.
2-1.03 EMPLOYMENT OF APPRENTICES
Contractor shall be responsible for compliance with California Labor Code Section 1777.5 relating to
employment of apprentices for all apprenticeable occupations.
2-1.04A NON-DISCRIMINATION POLICY
It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of
employment on any public works contract entered into with the City.
The bidder's attention is further directed to the following Notice that is required. by Chapter 5 of Division 4 of
Title 2, California Code of Regulations.
NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM
(GOV. CODE, SECTION 12990)
Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor
Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and
subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth
therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of
$5,000 or more.
2-1.04B LOWEST RESPONSIBLE BIDDER
In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as
are determined to meet the following qualifications of lowest responsible bidder.
The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans
and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when
necessary, the required State or other license and that he and his subcontractors have undertaken an affirmative
action program to promote the full realization of equal employment opportunities meeting the minimum
requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and
shall be substituted.
In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or
quotation received, the experience of the bidder for the particular service sought, the quality of work that the
bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to
complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by
the bidder.
2-1.04C STANDARDS OF NON-DISCRIMINATION
A. The successful bidder and each subcontractor shall undertake affirmative action to ensure that applicants and
employees are treated fairly such that the principles of equal opportunity in employment are demonstrated
Q:\pw\P W ENG\A_CONTRS\2002\E.3rd&4thlntrent\Contrect.doc
36
I
I
l
1l
I
I
I
I
I
i
I
i
I
positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national
origin.
B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful
bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, disability, or national origin.
2-1.04D CERTIFICATION OF NON-DISCRIMINATION
Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the
proposal form.
Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the
City a certificate of non-discrimination.
2-2.01 DISADVANTAGED BUSINESS ENTERPRISE (DBE)
This project is subject to Part 26, Title 49, Code of Federal Regulations entitled "Participation by Disadvantaged
Business Enterprise in Department of Transportation Financial Assistance Programs". The Regulations in their
entirety are incorporated herein by this reference.
Bidders shall be fully informed regarding the requirements of the Regulations and the Department's
Disadvantaged Business (DBE) program developed pursuant to the Regulations; particular attention is directed to
the following matters:
A. A DBE must be a small business concern as defined pursuant to Section 3 of US Small Business Act and
relevant regulations promulgated pursuant thereto;
B. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime or
subcontractor, vendor of material of supplies, or as a trucking company;
C. A DBE bidder, not bidding as a joint venture with a non -DBE, will be required to document one or a
combination of the following:
1. The bidder will meet the goal by performing work with its own forces.
2. The bidder will meet the goal through work performed by DBE subcontractors, suppliers or trucking
companies.
3. The Bidder, prior to bidding, made adequate good faith efforts to meet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work, or portions thereof.
Responsibility means actually performing, managing and supervising the work with its own forces. The DBE
joint venture partner must share in the capital contribution, control, management, risks and profits of the joint
venture. The DBE joint venturer must submit the joint venture agreement with the proposal or the DBE
information form required in the Section entitled "Submission of DBE information and Award and Execution
of Contract" of these special provisions;
E. A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct
element of the work and must carry out its responsibility by actually performing, managing and supervising
the work;
F. DBEs must be certified by either the California Department of Transportation, or by a participating agency,
which certifies in conformance with Title 49, Code of Federal Regulations, Part 26, as of the date of bid
opening. It is the Contractor's responsibility to verify that DBEs are certified. Listings of certified DBEs are
available from the following sources:
1. The Department's DBE Directory, which is published quarterly. This Directory may be obtained from
the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal
Oaks Drive, Sacramento, California 95815, Telephone: (916) 445-3520;
Q:\pwW WENG\A_CONTRS\20021E.3rd&4thlntrcnt\Contract.doc
37
I
1
I
I
I
I.
V
I
I
I
2. The Department's Electronic Information Bulletin Board Service, which is accessible by modem and is
updated weekly. The Bulletin Board may be accessed by first contacting the Department's Business
Enterprise Program at Telephone: (916) 227-8937 and obtaining a user identification and password;
3. The Department's web site at http://www.dot.ca.gov/hq/bep/index.htm;
G. Credit for trucking by DBEs will be as follows:
I. If the materials or supplies are obtained from a DBE . manufacturer, 100 percent of the cost of the
materials or supplies will count toward the DBE goal. A DBE manufacturer is a firm that operates or
maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or
equipment required under the contract and of the general character described by the specifications.
2. If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the
materials or supplies will count toward the DBE goal. A DBE regular dealer is a firm that owns, operates,
or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or
equipment of the general character described by the specifications and required under the contract are
bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a
DBE regular dealer, the firm must be an established, regular business that engages, as its principal
business and under its own name, in the purchase and sale or lease of the products in question. A person
may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or
asphalt without owning, operating, or maintaining a place of business as provided in this paragraph G.2. if
the person both owns and operates distribution equipment for products. Any supplementing of regular
dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or
contract -by -contract basis. Packagers, brokers, manufacturers' representatives, or other persons who
arrange or expedite transactions are not DBE regular dealers within the meaning of the paragraph G.2.
3. Credit for materials or supplies purchased from a DBE which is neither a manufacturer nor a regular
dealer will be limited to the entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies, or fees or transportation charges for the delivery of materials
or supplies required on a job site, provided the fees are reasonable and not excessive as compared with
fees charged for similar services.
H. Credit for DBE trucking companies will be as follows:
1. The DBE must be responsible for the management and supervision of the entire trucking operation for
which it is responsible on a particular contract, and there cannot be a contrived arrangement for the
purpose of meeting the DBE goal;
2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on
the contract;
3. The DBE receives credit for the total value of the transportation services it provides on the contract using
trucks it owns, insures, and operates using drivers it employs;
4. The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a
DBE. The DBE who leases trucks from another DBE receives credit for the total value of the
transportation services the lessee DBE provides on the contract;
5. The DBE may also lease trucks from a non -DBE firm, including an owner -operator. The DBE who
leases trucks from a non -DBE is entitled to credit only for the fee of commission it receives as a result of
the lease arrangement. The DBE does not receive credit for the total value of the transportation services
provided by the lessee, since these services are not provided by a DBE;
6. For the purposes of this paragraph H, a lease must indicate that the DBE has exclusive use of and control
over the truck. This does not preclude the leased truck from working for others during the term of the
lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the
leased truck. Leased trucks must display the name and identification number of the DBE.
I. Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract
and may result in termination of the contract or other appropriate remedy for breach of this contract.
J. Bidders are encouraged to use services offered by financial institutions owned and controlled by DBEs.
Q:\pw\PWENG\A_CONTRS\2002\E.3rd&4thl nrcnt\Contraa.doc
38
r
I
I
I
t
I
I
1
1
t
I
I
I
l
1
r
I
I
2-2.02 DBE GOAL FOR THIS PROJECT
The City of San Mateo has established the following goal for Disadvantaged Business Enterprise (DBE)
participation for this project:
Disadvantaged Business Enterprise (DBE): 4.5 percent
It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers
and to select those portions of the work or material needs consistent with the available DBE subcontractors and
suppliers, so as to assure meeting the goal for DBE participation.
Caltrans has engaged the services of a contractor to provide supportive services to contractors and subcontractors
to assist in obtaining DBE participation on federally funded construction projects. Bidders and potential
subcontractors should check the Caltrans website at http://www.dot.ca.gov/hq/ben to verify the current
availability of this service.
Q:\pw\P WENG\A_CONTRS\2002\E.3rd&4thintrcnt\Contract.dac
39
I
I
I
I
I
I
a
I
I
I
I
I
I
I
I
I
I
I
SECTION 3. SUBMISSION OF DBE INFORMATION AND AWARD AND EXECUTION OF
CONTRACT
3-1.01 GENERAL
The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the
Standard Specifications and these Special Provisions for the requirements and conditions concerning submittal of
DBE information and award and execution of contract. It is the bidder's responsibility to make enough work
available to DBEs and to select those portions of the work or material needs consistent with the available DBEs to
meet the goal for DBE participation or to provide information to establish that, prior to bidding, the bidder made
adequate good faith efforts to do so. The required DBE information shall be submitted on the "LOCAL AGENCY
BIDDER — DBE INFORMATION" form included in the Proposal. If the DBE information is not submitted with
the bid, the DBE information form shall be removed from the documents prior to submitting the bid.
3-1.O1A DBE INFORMATION
If DBE information is not submitted with the bid, the apparent successful bidder (low bidder), the second low
bidder and the third low bidder shall submit DBE information to the City Clerk's Office located at City Hall, 330
W. 20'' Avenue, San Mateo, CA, 94403 so the information is received by the City, no later than 4:00 p.m. on the
fourth day, not including Saturdays, Sundays and legal holidays, following bid opening. DBE information sent by
U.S. Postal Service certified mail with return receipt and certificate of mailing and mailed on or before the third
day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is
received after the fourth day following bid opening. Failure to submit the required DBE information by the time
specified will be grounds for finding the bid or proposal non -responsive. Other bidders need not submit DBE
information unless requested to do so by the Department. When such request is made, the DBE information of
such bidders shall be submitted so the information is received by the City/County no later than close of business
on the third day, not including Saturdays, Sundays, and legal holidays, after said notification, unless a later time is
authorized by the City.
The bidder's DBE information shall establish that the DBE goal will be met or that a good faith effort to meet the
goal has been made. To establish good faith efforts, the bidder shall demonstrate that the goal will be met or that,
prior to bidding, adequate good faith efforts to meet the goal were made.
Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their
submittal should also include their adequate good faith efforts information along with their DBE goal information
to protect their eligibility for award of the contract in the event the City. in its review, finds that the goal has not
been met.
The information to show that the DBE goal will be met shall include the names of DBEs and DBE joint venture
partners to be used, with a complete description of work or supplies to be provided by each, the dollar value of
each DBE transaction, and a written confirmation that the DBE is participating in the contract. When 100 percent
of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that
work to be performed or furnished by the DBE shall be included in the DBE information, including the planned
location of that work. The work that a DBE prime contractor has committed to performing with its own forces as
well as the work that it has committed to be performed by DBE subcontractors, suppliers and trucking companies
will count toward the goal. (Note: DBE subcontractors to whom the bidder proposes to directly subcontract
portions of the work are to be named in the bid. — See Section 2-1.054, "Required Listing of Proposed
Subcontractors," of the Standard Specifications and Section 2-1.01, "General," of these special provisions,
regarding listing of proposed subcontractors.)
The information necessary to establish the bidder's good faith efforts to meet the DBE goal should include:
1. The names and dates of each publication in which a request for DBE participation for this project was placed
by the bidder.
2. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and
methods used for following up initial solicitations to determine with certainty whether the DBEs were
interested.
3. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking
down of the contract work items (including those items normally performed by the bidder with its own forces)
Q:\pw\P W ENG\A_CONTRS\2002\E.3 rd&4thlntrcnt\Contract.doc
40
1
I
I
I
I
I
I
I
I
1
1
I
I
I
I
I
I
into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to
demonstrate the sufficient work to meet the DBE goal was made available to DBE firms.
4. The names, addresses and phone numbers of rejected DBE firms, the firms selected for that work, and the
reasons for the bidder's choice.
5. Efforts made to assist DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or
information related to the plans, specifications and requirements for the work which was provided to DBEs.
6. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related
assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the
prime contractor or its affiliate.
7. The names of agencies contacted to provide assistance in contacting, recruiting and using DBE firms.
8. Any additional data to support a demonstration of good faith efforts.
3-1.02 AWARD OF CONTRACT
The right is reserved to reject any and all proposals. The award of contract, if it be awarded, will be to the lowest
responsible bidder whose proposal complies with all the requirements prescribed and who has met the goal for
DBE participation or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so.
Meeting the goal for DBE participation or demonstrating to the satisfaction of the City, adequate good faith
efforts to do so is a condition for being eligible for award of contract. Such award, if made, will be made within
45 days after the opening of the proposals. This period will be subject to extension for such further period as may
be agreed upon in writing between the Department and the bidder concerned.
ALL BIDS WILL BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE OF THE
QUANTITIES OF WORK TO BE DONE.
3-1.03 SUBCONTRACTS
The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section
1777.1.
3-1.04 CHANGES INITIATED BY THE AGENCY
The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to
the monies available. Presently there is approximately $90,000 available for this project.: The City shall have full
authority and discretion to determine the decrease or increase in quantities required as well as the subprojects that
will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or
adjustment in the unit prices bid because of the above -stated alteration of this project.
3-1.05 CONTRACT BONDS
Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory
to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible
corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized
agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals.
Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the
Surety shall be notarized.
The Contractor shall provide two acceptable surety bonds; one for materials and labor, and one for performance.
The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent (100%) of the contract
price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond
shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency,
and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code.
The "Faithful Performance Bond" shall be for 100 percent (100%) of the contract price to guarantee faithful
performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and
workmanship will be free from original or latent developed defects.
3-1.06 LIABILITY INSURANCE
The Contractor shall provide and maintain the following insurance:
Q.'\pw\PWENGA CONTRS\2002\E.3rd&4thIntrcnt\Contract.do< 41
A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each
occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this
Agreement or be no less than two (2) times the occurrence limit.
B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each
occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles.
C. Workers Compensation in at least the minimum statutory limits.
D. General Provisions for all insurance. All insurance shall:
I
I
I
I
I
I
I
1
I
I
I
I
1. Include the City of San Mateo, its elected and appointed officers, employees, and
volunteers as additional insured with respect to this Agreement and the performance of
services in this Agreement. The coverage shall contain no special limitations on the scope
of its protection to the above -designated insured.
2. Be primary with respect to any insurance or self-insurance programs of City, its officers,
employees, and volunteers.
3. Be evidenced, prior to commencement of services, by properly executed policy
endorsements in addition to a certificate of insurance.
a. In addition to requiring that you provide an insurance certificate showing the levels
and types of coverage required for your project or contract, the City of San Mateo
also requires you to provide the City with a copy of the actual endorsements to the
commercial general, automobile, and any excess liability insurance policies that
show that the City of San Mateo, its boards, commissions, officers, agents, and
employees have been named as additional insured by the insurers.
These endorsements are required because California Insurance Code. 384 expressly
provides that an insurance certificate is not proof of what the underlying insurance
policy actually contains. If you look at an insurance certificate, you will notice that
the certificate actually says the same thing. Therefore, a certificate has minimal
legal value and the City cannot be reasonably certain that it is covered under the
policies shown on the certificate without endorsements.
An endorsement is a piece of paper that modifies the terms of the underlying policy
and is issued by the insurance company itself, rather than a broker.
A copy of a sample endorsement for commercial general liability is shown on the
following page for your reference.
4. No changes in insurance may be made without the written approval of the City Attorney's
office.
Q:\pw\PWENO\A_CONTRS\2002\E.3rd&4thlnlrcnt\Contwct.doc
42
SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY
I
I
I
I
I
I
I
I
I
1
I
I
I
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES
OR CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of person or organization:
City of Foster City/Estero Municipal Improvement District
610 Foster City Boulevard
Foster City, CA 94404
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
This insurance shall apply as primary insurance as respects any Person, Organization, Partnership or Joint
Venture named above, and any other insurance available to such Person, Organization, Partnership or Joint
Venture shall be excess and not contributory with the insurance afforded by this policy.
Q:1pw\PWENGW_CON7RS120025E.3rd&4thlntrent\Contract.doc
43
CITY OF SAN MATEO
INSURANCE REQUIREMENTS
WORKERS COMPENSATION INSURANCE: Minimum statutory limits.
COMMERCIAL GENERAL LIABILITY AND PROPERTY DAMAGE INSURANCE: General Liability and
Property Damage Combined.
$1,000,000.00 per occurrence including comprehensive form, personal injury, broad form personal damage,
contractual and premises/operation, all on an occurrence basis. If an aggregate limit exists, it shall apply
separately or be no less than two (2) times the occurrence limit.
I
I
I
I
I
I
I
I
i
1
r
Prior to commencement of services, insurance coverage must be evidenced by a properly executed policy
endorsement showing that the insurance is primary with respect to any insurance or self insurance programs of
City, its officers, employees, and volunteers and
additional insured coverage in addition to a certificate of insurance (sample endorsement attached).
and it shall name "The City of San Mateo, its elective and appointed officers, employees, and volunteers, as
additional insureds."
AUTOMOBILE LIABILITY INSURANCE: Automobile Liability Bodily and Property Damage Combined,
$1,000,000.00 aggregate. Such insurance shall include coverage for owned, hired, and non -owned automobiles.
This insurance must be primary with respect to any insurance or self-insurance programs of City, its officers,
employees, and volunteers.
Prior to commencement of services, insurance coverage must be evidenced by a properly executed policy
endorsement showing that the insurance is primary with respect to any insurance or self insurance programs of
City, its officers, employees, and volunteers and
additional insured coverage in addition to a certificate of insurance.
and it shall name "The City of San Mateo, its elective and appointed officers, employees, and volunteers, as
additional insureds."
NOTICE OF CANCELLATION: The City requires 30 days written notice of cancellation. Additionally, the
notice statement on the certificate should not include the wording "endeavor to" or "But failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its agents or representatives.
To prevent delay and insure compliance with the requirements of the specifications, the insurance certificates and
endorsements must be returned to:
JEAN HILL, SR. MANAGEMENT ANALYST
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
330 West 20th Avenue
San Mateo, CA 94403
Q:\pw\PW ENO\A_CON7RS\2002\E.3rd&4thlntrcnt\Connact.doc
44
3-1.07 HOLD HARMLESS AND INDEMNITY PROVISION
The Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from
and against any and all claims, loss, liability, damage, and expense arising from performance of this contract,
including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of
City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees there
against; provided, however that these provisions do not apply to claims, loss, liability, damage or expense arising
from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of
San Mateo; further provided, that these provisions shall not affect the validity of any insurance contract, workers
compensation or agreement issued by an admitted insurer as defined by the Insurance Code.
Q:\pw\PWENG\A_CONIRS 2002\E.3rd&4thlntrcnt\Contract.doc
45
l
I
I
I
I
SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIOUIDATED DAMAGES
4-1.01 GENERAL
Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," in Section 8-1.06, "Time of
Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these Special
Provisions.
4-1.02A BEGINNING OF WORK
The Contractor shall begin work within five (5) calendar days after the date of the Notice to Proceed and shall
diligently prosecute the same to completion.
4-1.03 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE (CPM)
After notification of award and prior to start of any work, the Contractor shall submit to the Engineer, for
approval, its proposed construction schedule.
4-1.04 DELAYS AND EXTENSIONS OF TIME
In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as
extended by the City due to an allowed suspension of work, the Contractor may request an extension from the
City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20)
days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final
and conclusive.
4-1.05 PRE -CONSTRUCTION CONFERENCE
A pre -construction conference will be held at a location selected by the City for the purposes of review and
approval of said schedule and to discuss construction procedures and payment schedule. A working day schedule
must be submitted at the project pre -construction conference. Contractor shall be represented by his
superintendent for this project. The City will be represented by members of the organization having direct control
of supervision of the project.
4-1.06 TIME OF COMPLETION
The Contractor shall prosecute and work to completion before the expiration of 30 working days, beginning from
the date specified in the Notice to Proceed. The following holidays shall be considered the legal holidays for
purposes of the work and shall not be counted as working days:
New Year's Day
Presidents' Day
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Christmas Day
The City will furnish the Contractor, weekly, a statement of working days remaining on the contract.
4-1.07 LIQUIDATED DAMAGES
Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by
the City of San Mateo. Such damages will be determined by the City. For each consecutive calendar day in
excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San
Mateo; or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost
revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative
costs, loss of revenue or the cost of alternative services during delay, etc.
Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and
Contractor that $500 per working day is the minimum value of the costs and actual damage caused by failure of
the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a
Q:1pw\PWENGEA_CONTRS\20021E.3rd&4thlntrcnflContract.dac
46
1
r
I
I
i`
I
I
I
t
I
I
I
I
I
I
I
r
I
penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such
delay occurs.
4-1.O8A LOCATION OF UTILITIES
The Contractor's attention is directed to Section 8-1.10 and Section 15 of the Standard Specifications. At least
forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA)
so that the various utility companies may field -mark their installations. Once the field marks are in place, the
Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said
damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or
any claims resulting from this damage except for damage to City of San Mateo utilities that the City has not
marked within forty-eight (48) hours after receiving notice from USA to do so, and which were not marked at the
time the damage occurred.
At the request of the City, the Contractor shall, within 48 hours, contact, in writing, the owners and custodians of
utilities within the work areas of this project. It shall be the responsibility of the Contractor to identifyall
utilities, and obtain ownership and contact information for all utility owners, agents and custodians.
4-1.080 PLANNED SHUT -DOWN OR CUTTING OF UTILITIES
At least (5) days prior to a planned shut down, interruption to, or cutting of utilities, the Contractor shall notify the
facility owner and request assistance from said owner.
4-1.09 CONSTRUCTION AREA TRAFFIC CONTROL
The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience.
The Contractor is directed to State of California, Department of Transportation MANUAL OF TRAFFIC
CONTROLS - For Construction and Maintenance Work Zones, 1990 Edition. (Section 360, California Vehicle
Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements
of the contract.
Measurement and payment for all items in these special provisions Section 4-1.09A through 4-1.09F shall be on a
lump sum basis, listed as Bid Item 5 on the Bidders Sheet as "Traffic Control System".
4-1.09A TRAFFIC AND ACCESS
The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience
by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of
California, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and
Maintenance Work Zones, 1990 Edition. (Section 360, California Vehicle Code, defines highways to. include
streets.) The provisions of this manual will become a part of the requirements of the contract. When flagmen are
used the contractor will bear the entire cost of the flagmen in lieu of the provisions stated in Section 12-2.02 of
the Standard Specification.
Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the
abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the
line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and
obtain approval from City before any lane closures are implemented. Open excavation and ditches across a
roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work
is being performed.
Convenient access, as determined by the Engineer, shall be provided at all times for all businesses within the
project limits.
Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction
Area Traffic Control Devices," of the Standard Specifications. Nothing in these special provisions shall be
construed as relieving the Contractor from the responsibilities specified in Section 7-1.09.
Q:\pw\P W EN G\A_CONTRS\2002\E.3rd&4thlnlrcntlContrnct.doc
47
1
I
I
I
I
I
I
I
I
I
I
l
1
1
t
1
I
I
1
The minimum size specified for Type II flashing arrow signs in the table following the second paragraph of
Section 12-3.03, "Flashing Arrow Signs," of the Standard Specifications is amended to read "36 inches by 72
inches".
In the Standard Plans, Note 10 on Standard Plan T10, Note 9 on Standard Plan T10A, Note 5 on Standard Plan
T11, Note 6 on Standard Plan T12, Note 5 on Standard Plan T13, and Note 4 on Standard Plan T14 are revised to
read:
All traffic cones used for night lane closures shall have reflective cone sleeves as specified in the specifications.
The second and third paragraphs of Section 12-3.10, "Traffic Cones," of the Standard Specifications are amended
to read:
During the hours of darkness traffic cones shall be affixed with reflective cone sleeves. The reflective sheeting of
sleeves on the traffic cones shall be visible at 1,000 feet at night under illumination of legal high beam headlights,
by persons with vision of or corrected to 20/20.
Reflective cone sleeves shall conform to the following:
1. Removable flexible reflective cone sleeves shall be fabricated from the reflective sheeting specified in the
special provisions and standard specifications, have a minimum height of 13 inches and shall be placed a
maximum of 3 inches from the top of the cone. The sleeves shall not be in place during daylight hours.
2. Permanently affixed semitransparent reflective cone sleeves shall be fabricated from the semitransparent
reflective sheeting specified in the special provisions and standard specifications, have a minimum height
of 13 inches, and shall be placed a maximum of 3 inches from the top of the cone. Traffic cones with
semitransparent reflective cone sleeves may be used during daylight hours.
3. Permanently affixed double band reflective cone sleeves shall have 2 white reflective bands. The top
band shall be 6 inches in height, placed a maximum of 4 inches from the top of the cone. The lower band
shall be 4 inches in height, placed 2 inches below the bottom of the top band. Traffic cones with double
band reflective cone sleeves may be used during daylight hours.
The type of reflective cone sleeve used shall be at the option of the Contractor. Only one type of reflective cone
sleeve shall be used on the project.
The C16 and C17 designations of the signs shown on the detail "Entrance Ramp Without Turning Pockets" of
Standard Plan T14 are amended to designate the signs as R16 and R17, respectively.
Lane closures shall conform to the provisions in the section of these special provisions entitled "Traffic Control
System for Lane Closure."
Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders, including any
section closed to public traffic.
The Contractor shall notify local authorities of his intent to begin work at least 5 days before work is begun. The
Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own
arrangements relative to keeping working area clear of parked vehicles.
At least one walkway shall be available at all times. If the Contractor's operations require the closure of one
walkway, then another walkway shall be provided nearby, off the traveled roadway.
Railings shall be constructed of wood, S4S, and shall be painted white. Railings and walkways shall be maintained
in good condition by the Contractor. Walkways shall be kept clear of obstructions and in compliance with ADA
provisions.
Full compensation for providing said pedestrian facilities shall be considered as included in the prices paid for the
various contract items of work involved and no additional compensation will be allowed. Therefore., if any
component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause,
Q:\pw\PWENG\A_CONTRS\2002\E.3rd&4thlntrcnt\Contrnct.doc 48
1
S
a
I
I
1
I
I
I
I
1!
I
I
I
I
I
r
I
during the progress of the work, the Contractor shall immediately repair the component to its original condition or
replace the component and shall restore the component to its original location.
STATIONARY TYPE LANE CLOSURE. When lane closures are made for work periods only, at the end of each
work period, all components of the traffic control system, except portable delineators placed along open trenches or
excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so
elects, the components may be stored at selected central locations, approved by the Engineer, within the limits of the
City right-of-way.
MOVING TYPE LANE CLOSURE. Flashing arrow signs used in moving lane closures shall be truck -mounted.
Changeable message signs used in moving lane closure operations shall conform to Section 12-3.12, "Portable
Changeable Message Signs," of the Standard Specifications, except the signs shall be truck -mounted and the full
operation height of the bottom of the sign may be less than 7 feet above the ground, but should beas high as
practicable.
4-2 ACCEPTANCE OF CONTRACT
4-2.01 SUBSTANTIAL COMPLETION OF WORK
The Contractor shall request an inspection to determine substantial completion. The substantial completion of work
is considered as for the benefit of the City that the City's facility is ready for public use. The substantial completion
of work for this project is defined to include, as a minimum, the completion of all work shown on the construction
drawings, including but not limited to: completion of bridge retrofit and all bridge related work, overhang portions of
the deck poured back and sidewalks are reopened for regular traffic, temporary construction access if any, removed,
bicyclists and pedestrians paths completely open for traffic; and existing irrigation system is fully tested and
operational. If the inspection confirms that substantial completion has been obtained, the City will issue a Notice of
Substantial Completion and discontinue counting working days for the project. The City will also issue a punch list
of any remaining work items that must be completed prior to Final Acceptance of the contract.
4-2.02 ENGINEER'S ACCEPTANCE OF CONTRACT
When the Engineer has made the final inspection as provided in Section 5-1.13, "Final Inspection" of the
Standard Specifications, including sign -off of all punch -list items, and when the Contractor has submitted a
set of full-size blue lines of the contract plans with all the changes to reflect "As Built" conditions, the
Public Works Director will recommend that the City Council formally accept the contract, and upon
Council acceptance, file the Notice of Completion. Immediately upon and after such acceptance by the
City Council, the contractor will be relieved of the duty of maintaining and protecting the work as a whole,
and he will not be required to perform any further work thereon, except warranty work; and the Contractor
shall be relieved of his responsibility for injury to persons or property or damage to the work which occurs
after the formal acceptance by the City Council. The City will release the retention 35 days after recording
the Notice of Completion.
Q:\pwW W ENG\A_CONTRS\2002\E.3rd&4th[ntrcnt\Contract.doc
49
SECTION 5. GENERAL
I
i
I
I
1
I
I
I
I
r
1
I
I
I
I
I
5-1 MISCELLANEOUS
5-1.01 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION
Attention is directed to Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications. The general
prevailing wage rates as determined by the Director of Industrial Relations of the State of California or as
determined by the Administrator of the Wage and Hour Division, U.S. Department of Labor, in force on the day
this bid was opened, whichever is higher, will be the minimum paid to all craftsmen and laborers working on this
project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**)
after the expiration date in effect on the date of advertisement for bids.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in
effect on the date of advertisement for bids, such determinations remain in effect for the life of the project.
Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic
hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after
this date have been predetermined. If work is extended past this date, the new rate must be paid and should be
incorporated in contracts the Contractor enters into.
Any contractor awarded a public works project who intends to use a craft or classification not shown on the
general prevailing wage determinations will be required to pay the wage rate of that craft or classification most
closely related to it as shown in the general determinations effective at the time the bids are opened.
A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of
the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office
for the convenience of bidders. The State prevailing Wage rates may also be obtained from the California
Department of Industrial Relations Internet web site at http://www.dir.ca.gov. Any errors or defects in the
materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force.
The Federal minimum wage rates for this project are as predetermined by the United States Secretary of Labor.
Potential bidders shall be informed of modifications to the Federal minimum wage rates. Future effective general
prevailing wage rates that have been predetermined and are on file with the California Department of Industrial
Relations are referenced but not printed in the general prevailing wage rates.
Attention is directed to the Federal minimum wage rate requirements. If there is a difference between the
minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined
by the Director of the California Department of Industrial Relations for similar classifications of labor, the
Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower
State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper"
(or other classifications based on hours of experience) or any other classification not appearing in the Federal
wage determination. Where Federal wage determinations do not contain the State wage rate determination
otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not
less than the Federal minimum wage rate that most closely approximates the duties of the employees in question.
The U.S. Department of Transportation (DOT) provides a toll -free "hotline" service to report bid rigging
activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m.,
eastern time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion,
or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's
continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under
the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity
will be respected.
Each Contractor and Subcontractor and any lower -tier Subcontractor shall submit weekly certified payrolls for
each work week from the time he starts work on the project until he completes his work. If he performs no work
on the project during a given work week, he may either submit a weekly payroll form with the notation, "No work
performed during this work week," or submit a letter to that effect. He should identify his initial and final
payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven (7)
work days following completion of the work week.
Q:\pwWWENG\A_CONTRS\2002T.3rdi44thIntrcnaContract.doc
50
1
I
I
I
I
1
I
i
1
I
I
I
I
5-1.02 HOURS OF LABOR
Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion if
approved in advance by the City. The Contractor shall notify the City Engineer in writing twenty-four (24) hours
prior to any non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or
prorated portion thereof) for overtime work without written consent of the City Engineer, said sum to be deducted
from any monies due the Contractor or paid directly to him. Normal workday hours for this project shall be
between 8:00 a.m. and 5:00 p.m. unless specifically modified in writing by the City.
5-1.03 LABOR NONDISCRIMINATION
Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code
of Regulations.
NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM
(GOV. CODE, SECTION 12990)
Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor
Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and
subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth
therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of
$5,000 or more.
5-1.04 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES
When the presence of asbestos or hazardous, substances are not shown on the plans or indicated in the
specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or
a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous
substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably
believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to
the Engineer in writing.
In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances
including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be
performed by separate contract. If delay of work in the area delays the current controlling operation, the delay
will be considered a right of way delay and the Contractor will be compensated for the delay in conformance with
the provisions in Section 8-1.09, "Right of Way Delays," of the Standard Specifications.
5-1.05 SAN MATEO BUSINESS LICENSE GUIDELINES
A business license shall be obtained by the Contractor and Sub Contractor as required by the San Mateo
Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 requires that "Every person conducting the
business of contractor shall pay an annual tax."
5-1.06 NOTICE OF POTENTIAL CLAIM
Section 9-1.04, "Notice of Potential Claim," of the Standard Specifications is amended to read:
The Contractor shall not be entitled to the payment of any additional compensation for any act, or
failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening
of any event, thing, occurrence, or other cause, unless he shall have given the Engineer due written
notice of potential claim as hereinafter specified. Compliance with this Section 9-1.04. shall not be a
prerequisite as to matters within the scope of the protest provisions in Section 4-1.03, "Changes," or
Section 8-1.06, "Time of Completion," or the notice provisions in Section 5-1.116, "Differing Site
Conditions," or Section 8-1.07, "Liquidated Damages," or Section 8-1.10, "Utility and Non -Highway
Facilities," nor to any claim, which is based on differences in measurements or errors of computation as
to contract quantities.
The written notice of potential claim shall be submitted to the Engineer prior to the time that the
Contractor performs the work giving rise to the potential claim for additional compensation if based on
Q:\pwW WENG W_CONTRS\2002\E.3rd&4thlntrcnt\Connact.doc
51
I
i
I
I
1
1
I
I
I
i
I
I
I
1
I
I
an act or failure to act by the Engineer, or in all other cases, within 15 days after the happening of the
event, thing, occurrence, or other cause, giving rise to the potential claim.
The written notice of potential claim shall be submitted on Form CEM 6201 furnished by the
Department and shall be certified with reference to the California False Claims Act, Government Code
Sections 12650 - 12655. The notice shall set forth the reasons for which the Contractor believes
additional compensation will or may be due and the nature of the costs involved. Unless the amount of
the potential claim has been stated in the written notice, the Contractor shall, within 15 days of
submitting said notice, furnish an estimate of the cost of the affected workand impacts, if any, on
project completion. Said estimate of costs may be changed or updated by the Contractor when
conditions have changed. When the affected work is . completed, the Contractor shall submit
substantiation of his actual costs. Failure to do so shall be sufficient cause for denial of any claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this Section 9-1.04 that differences between the parties arising under and by virtue
of the contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby
agrees that he shall have no right to additional compensation for any claim that may be based on any
such act, failure to act, event, thing or occurrence for which no written notice of potential claim as
herein required was filed.
Should the Contractor, in connection with or subsequent to the assertion of a potential claim, request
inspection and copying of documents or records in the possession of the Department that pertain to the
potential claim, Contractor shall make its records of the project, as deemed by the Department to be
pertinent to the potential claim, available to the Department for inspection and copying.
5-1.07 ATTORNEY FEES
Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall
be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to
enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in
the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions.
It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees
arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there
will be no litigation and that any differences will be resolved amicably.
5-1.08 PAYMENTS
5-1.08A GENERAL
Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the
Standard Specifications and these special provisions.
For the purpose of making partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard
Specifications, the amount set forth for the contract items of work hereinafter listed shall be deemed to be the
maximum value of said contract item of work, which will be recognized for progress payment purposes.
Traffic Control System $ 5,000
After acceptance of the contract pursuant to Section 7-1.17, "Acceptance of Contract," of the Standard
Specifications, the amount, if any, payable for a contract item of work in excess of the maximum value for
progress payment purposes here in above listed for said item, will be included for payment in the first estimate
made after acceptance of the contract.
Q:1pw1PWENGW CONTRS120021E.3rd&4thlntrcnt\Contract.doc
52
5-1.08B TEN PERCENT (10%) RETENTION
To ensure performance, City is entitled to retain ten percent (10%) of the contract price for 35 days after it records
the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may
substitute securities for said ten percent (10%) retention or request that the City make payments of retention
earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code
Section 22300 are hereby expressly made a part of the contract.
5-1.08C PARTIAL PAYMENTS
Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule
established at the pre -construction conference. Contractor shall use City's standard form for such requests and
submit one original plus three (3) copies of each request. Note: No partial payment will be made for any
materials on hand which are furnished but not incorporated in the work.
5-1.080 FINAL PAYMENT AND CLAIMS
Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended to read:
Prior to acceptance of contract, as specified in these Special Provisions, Section 4-2.02, the Engineer
will make a proposed final estimate in writing of the total amount payable to the Contractor, including
therein an itemization of said amount, segregated as to contract item quantities, extra work and any
other basis for payment, and shall also show therein all deductions made or to be made for prior
payments and amounts to be kept or retained under the provisions of the contract. All prior estimates
and payments shall be subject to correction in the proposed final estimate. The Contractor shall submit
written approval of the proposed final estimate or a written statement of all claims arising under or by
virtue of the contract so that the Engineer receives such written approval or statement of claims no later
than close of business of the thirtieth (30th) day after receiving the proposed final estimate. If the
thirtieth (30th) day falls on a Saturday, Sunday or legal holiday, then receipt of such written approval or
statement of claims by the Engineer shall not be later than close of business of the next business day.
No claim will be considered that was not included in the written statement of claims, nor will any claim
be allowed for which a notice or protest is required under the provisions in Sections 4-1.03, "Changes,"
8-1.06, "Time of Completion," 8-1.07, "Liquidated Damages," 5-1.116, "Differing Site Conditions,"
8-1.10, "Utility and Non -Highway Facilities," and 9-1.04, "Notice of Potential Claim," unless the
Contractor has complied with the notice or protest requirements in said sections.
On the Contractor's approval, or if he files no claim within said period of 30 days, the Engineer will
issue a final estimate in writing in accordance with the proposed final estimate submitted to the
Contractor and within 30 days thereafter the City will pay the sum so found to be due less any retention.
Also upon Contractor's approval of the proposed final estimate, or if he files no claim within said period
of 30 days, the Engineer will request acceptance of the contract by the City Council. Such final
estimate and payment thereon shall be conclusive and binding against both parties to the contract on all
questions relating to the amount of work done and the compensation payable therefore, except as
otherwise provided in Sections 9-1.03C, "Records," and 9-1.09, "Clerical Errors."
If the Contractor within said period of 30 days files claims, the Engineer will issue a semifinal estimate
in accordance with the proposed final estimate submitted to the Contractor and within 30 days
thereafter the City will pay the sum so found to be due less any retention. Such semifinal estimate and
payment thereon shall be conclusive and binding against both parties to the contract on all questions
relating to the amount of work done and the compensation payable therefore, except insofar as affected
by the claims filed within the time and in the manner required hereunder and except as otherwise
provided in Sections 9-1.03C, "Records," and 9-1.09, "Clerical Errors."
Claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis
and amount of said claims. If additional information or details are required by the Engineer to
determine the basis and amount of said claims, the Contractor shall furnish such further information or
details so that the information or details are received by the Engineer no later than the fifteenth (15th)
day after receipt of the written request from the Engineer. If the fifteenth (15th) day falls on a Saturday,
Q:1pw\PWENGA_CONTRs12002\E.3rd&4thlntrcnt1Contract.doc 53
1
I
I
e
I
1
1
1
1
1
I
I
I
I
I
Sunday or legal holiday, then receipt of such information or details by the Engineer shall not be later
than close of business of the next business day. Failure to submit such information and details to the
Engineer within the time specified will be sufficient cause for denying the claim.
The Contractor shall keep full and complete records of the costs and additional time incurred for any
work for which a claim for additional compensation is made. The Engineer or any designated claim
investigator or auditor shall have access to those records and any other records as may be required by
the Engineer to determine the facts or contentions involved in the claims. Failure to permit access to
such records shall be sufficient cause for denying the claims.
Claims submitted by the Contractor shall be accompanied by a notarized certificate containing the
following language:
Under the penalty of law for perjury or falsification and with specific reference to the California
False Claims Act, Government Code Section 12650 et. seq., the undersigned,
(name)
(title)
of
(company)
hereby certifies that the claim for the additional compensation and time, if any, made herein for
the work on this contract is a true statement of the actual costs incurred and time sought, and is
fully documented and supported under the contract between parties.
Dated
/s/
Subscribed and sworn before me this day
of
Notary Public
My Commission Expires
Failure to submit the notarized certificate will be sufficient cause for denying the claim.
Any claim for overhead type expenses or costs, in addition to being certified as stated above, shall be
supported by an audit report of an independent Certified Public Accountant. Any such overhead claim shall
also be subject to audit by the City at its discretion.
Any costs or expenses incurred by the City in reviewing or auditing any claims that are not supported by the
Contractor's cost accounting or other records shall be deemed to be damages incurred by the City within the
meaning of the California False Claims Act.
The City Council will make the final determination of any claims that remain in dispute after completion of
claim review by the Engineer. The Director of Public Works will review such claims and make a written
recommendation thereon to the City Council.
Upon final determination of the claims, the Engineer will then make and issue his final estimate in writing
and within 30 days thereafter the City will pay the sum less any retention found due thereon. Such final
estimate shall be conclusive and binding against both parties to the contract on all questions relating to the
amount of work done and the compensation payable therefore, except as otherwise provided in Sections
9-1.03C, "Records," and 9-1.09, "Clerical Errors."
Q:1pw1PWENG1A CONTRS12002\E.3rd&4thlntrcnfContract.doc
54
I
I
I
1
I
I
1
I
I
r
I
I
i
5-1.08E PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS
Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section
7108.5 of the Business and Professions Code concerning prompt payment to subcontractors.
5-1.08F PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS
The Contractor shall return all moneys withheld in retention from the subcontractor within 30 days after receiving
payment for work satisfactorily completed, even if the other contract work is not completed and has not been
accepted in conformance with Section 7-1.17, "Acceptance of Contract," of the Standard Specifications or Section
4-2.02 of these Special Provisions. This requirement shall not be construed to limit or impair any contractual,
administrative, or judicial remedies otherwise available to the Contractor or subcontractor in the event of a dispute
involving late payment or nonpayment by the Contractor or deficient subcontract performance or noncompliance
by a subcontractor.
5-1.09 MEDIATION
Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The
parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating
parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by either the
American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon
service. The mediator shall be selected by a "blindfolded" process.
The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party.
No party shall be permitted to file a legal action without first meeting in mediation and making a good faith
attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator,
shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is
extended by the parties.
5-1.10 ARBITRATION
After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement
may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration
Association, and judgment upon the award rendered by the arbitrators may be entered in any court having
jurisdiction thereof. The costs of arbitration shall be borne equally by the parties.
5-1.11 MOBILIZATION
Payment for mobilization, if included as a separately stated bid item, will be as follows:
A. When the monthly partial payment estimate of the amount earned, not including the amount earned for
mobilization, is five percent (5%) or more of the original contract amount, fifty percent (50%) of the
contract item price for mobilization or five percent (5%) of the original contract amount, whichever is the
lesser, will be included in said estimate for payment.
B. When the monthly partial payment estimate of the amount earned, not including the amount earned for
mobilization, is ten percent (10%) or more of the original contract amount, the total amount earned for
mobilization shall be seventy-five percent (75%) of the contract item price for mobilization or 7.5 percent
of the original contract amount, whichever is the lesser, and said amount will be included in said estimate
for payment.
C. When the monthly partial payment estimate of the amount earned, not including the amount earned for
mobilization, is twenty percent (20%) or more of the original contract amount, the total amount earned for
mobilization shall be ninety-five percent (95%) of the contract item price for mobilization or 9.5 percent
of the original contract amount, whichever is lesser, and said amount will be included in said estimate for
payment.
D. When the monthly partial payment estimate of the amount earned, not including the amount earned for
mobilization, is fifty percent (50%) or more of the original contract amount, the total amount earned for
mobilization shall be one hundred percent (100%) of the contract item price for mobilization or ten
Q:5pw1PWENGW._CONTRS1200RE.3rd&4thlNrcntlContract.doc 55
percent (10%) of the original contract amount, whichever is the lesser, and said amount will be included
in said estimate for payment. Any remainder will be paid Contractor at close of the job.
The contract price paid for mobilization shall include full compensation for furnishing all labor, materials, tools,
and equipment necessary for mobilization as specified herein.
The maximum allowable price bid for mobilization shall be: $10,000
5-1.12 SUBCONTRACTORS AND DBE RECORDS
The Contractor shall maintain records showing the name and business address of each first -tier subcontractor.
The records shall also show the name and business address of every DBE subcontractor, DBE vendor of
materials, and DBE trucking company, regardless of tier. The records shall show the date of payment and the
total dollar figure paid to all of these firms. DBE prime contractors shall also show the date of work performed
by their own forces along with the corresponding dollar value of the work.
Upon completion of the contract, a summary of these records shall be prepared on "Final Report — Utilization of
Disadvantaged Business Enterprises (DBE), First Tier Subcontractors" Form CEM-2402 (F) and certified correct
by the Contractor or the Contractor's authorized representative, and shall be furnished to the Engineer. The form
shall be furnished to the Engineer within 90 days from the date of contract acceptance. The sum of $10,000 will
be withheld from payment until the Form CEM-2402 (F) is submitted.
Prior to the fifteenth of each month, the Contractor shall submit documentation to the Engineer showing the
amount paid to DBE trucking companies listed in the Contractor's DBE information. This monthly
documentation shall indicate the portion of the revenue paid to DBE trucking companies, which is claimed toward
DBE participation. The Contractor shall also obtain and submit documentation to the Engineer showing the
amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. The
DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it receives as a result
of the lease arrangement. The records must confirm that the amount of credit claimed toward DBE participation
conforms with Section 2-2.01, "Disadvantaged Business Enterprise (DBE)," of these Special Provisions.
The Contractor shall also obtain and submit documentation to the Engineer showing the truck number, owner's
name, California Highway Patrol CA number, and if applicable, the DBE certification number of the owner of the
truck for all trucks used during that month for which DBE participation will be claimed. This documentation
shall be submitted on "Monthly DBE Trucking Verification" Form CEM-2404 (F).
5-1.13 DBE CERTIFICATION STATUS
If a DBE subcontractor is decertified during the life of the project, the decertified subcontractor shall notify the
Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life
of the project, the subcontractor shall notify the Contractor in writing with the date of certification. The
Contractor shall furnish the written documentation to the Engineer.
Upon completion of the contract, "Disadvantaged Business Enterprises (DBE) Certification Status Change"
Form CEM-2403 (F) indicating the DBE's existing certification status shall be signed and certified correct by the
Contractor. The certified form shall be furnished to the Engineer within 90 days from the date of contract
acceptance.
5-1.14 PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS
The DBEs listed by the Contractor in response to the requirements in Section 3, "Submission of DBE Information
and Award and Execution of Contract," of these Special Provisions, which are determined by the Department to
be certified DBEs shall perform the work and supply the materials for which they are listed unless the Contractor
has received prior written authorization to perform the work with other forces or to obtain the materials from other
sources.
Authorization to utilize other forces or sources of materials may be requested for the following reasons:
Q:1pwWWENG\A_CONTRS\20021E.3rd&4thintrcnt\Contract.doc
56
I
1
1
I
I
I
I
r
I
I
1
I
1
i
1. The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written
contract, when such written contract, based upon the general terms, conditions, plans and specifications
for the project, or on the terms of such subcontractor's or supplier's written bid, is presented by the
Contractor.
2. The listed DBE becomes bankrupt or insolvent.
3. The listed DBE fails or refuses to perform his subcontract or furnish the listed materials.
4. The Contractor stipulated that a bond was a condition of executing a subcontract and the listed DBE
subcontractor fails or refuses to meet the bond requirements of the Contractor.
5. The work performed by the listed subcontractor is substantially unsatisfactory and is not in substantial
accordance with the plans and specifications, or the subcontractor is substantially delaying or disrupting
the progress of the work.
6. It would be in the best interest of the City.
The Contractor shall not be entitled to any payment for such work or material unless it is performed or supplied
by the listed DBE or by other forces (including those of the Contractor) pursuant to prior written authorization of
the Engineer.
5-1.15 SUBCONTRACTING
Attention is directed to the provisions in Section 8-1.01, "Subcontracting", of the Standard Specifications, Section
2, "Proposal Requirements, Conditions and Non -Discrimination Guidelines," Section 3, "Submission of DBE
Information and Award and Execution of Contract," and elsewhere in these Special Provisions.
Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes and
distributes a list of contractors ineligible to perform work as a subcontractor on a public works project. This list
of debarred contractors is available from the Department of Industrial Relations web site at
http://www.dir.cagov/dir/Labor law/DLSE/Debar.htnl.
The requirement in the third paragraph of said Section 8-1.01 that the Contractor shall perform with his own
organization contract work amounting to not less than 50 percent of the original contract price is not changed by
the Federal Aid requirement specified under "Required Contract Provisions Federal -Aid Construction Contracts"
in Section 14 in these Special Provisions that the Contractor perform not less than 30 percent of the original
contract work with his own organization.
Each subcontract and any lower tier subcontract that may in turn be made shall include the "Required Contract
Provisions Federal -Aid Construction Contract" in Section 14 of these special provisions. This requirement shall
be enforced as follows:
Non-compliance shall be corrected. Payment for subcontracted work involved will be withheld from progress
payments due, or to become due, until correction is made. Failure to comply may result in termination of the
contract.
The DBE information furnished under Section 3-1.01A, "DBE Information," of these Special Provisions is in
addition to the subcontractor information required to be furnished under said Section 8-1.01, "Subcontracting" and
Section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard Specifications.
Q:\pw\P W ENG\A_CON7RS\2002\E.3rd&4thlnhcot\Contract.doc
57
1
I
1
1
1
I
1
1
I
1
1
1
r
1
I
In conformance with the Federal DBE regulations Sections 26.53 (f)(1) and 26.53(0(2) Part 26, Title 49 CFR:
A. The Contractor shall not terminate for convenience a DBE subcontractor listed in response to Section 3-
1.01A, "DBE Information," and then perform that work with its own forces, or those of an affiliate
without the written consent of the Department, and
B. If a DBE subcontractor is terminated or fails to complete its work for any reason, the Contractor will be
required to make good faith efforts to substitute another DBE subcontractor for the original DBE
subcontractor, to the extent needed to meet the contract goal.
The requirement in Section 2-2.01, "Disadvantaged Business Enterprise (DBE)," of these Special Provisions that
DBEs must be certified on the date bids are opened does not apply to DBE substitution after award of the
contract.
The "Subletting and Subcontracting Fair Practices Act" (Public Contract Code Section 4100-4113, inclusive)
applies to the work covering street (or highway) lighting and traffic signals and requires subcontractors, if used
for such work, to be listed in the prime contractor's proposal; prohibits the substitution of subcontractor, except as
therein authorized; and provides for penalties for violations of the Act. Bidders are cautioned that this listing
requirement is in addition to the requirement to provide a list of DBE subcontractors after the opening of the
proposals. Each bidder shall, with respect to the work covering street (or highway) lighting and traffic signals, list
in his Proposal:
1. The name and the location of the place of business of each subcontractor who will perform work or labor
or render services to the prime contractor, or specially fabricate or install a portion of the work or
improvement according to detailed drawings contained in the plans and specifications, in an amount in
excess of one-half of one percent of the prime contractor's total bid.
2. The portion of the work, which will be done by each such subcontractor. Only one subcontractor shall be
listed for each such portion.
A sheet for listing the subcontractors, as required by the Subletting and Subcontracting Fair Practice Act, is
included in the proposal.
5-2 CONTROL OF WORK
5-2.01 SURVEYING
All construction staking and surveying shall be provided by the Contractor. The City will provide and set survey
control for the Contractor once only. The Contractor shall notify the City one (1) week in advance of when the
survey control is required. In the event that the City established survey control is disrupted, destroyed or rendered
unusable, the Contractor shall immediately notify the City. Resetting the survey control lost due to the
contractor's negligence will be charged to the contractor at the rate of $89.00 per man per hour or fraction thereof.
The Engineer will be the judge of what constitutes negligence. Any appeal of this decision will be referred to the
Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures
for appeal.
The Contractor shall be responsible for protecting and maintaining the City established survey control at all times
for the duration of the project. The Contractor may submit a plan and a request in writing to the City to establish
a new set of survey control. Upon City approval, the Contractor may change the survey control in accordance
with the approved plans.
QApw\P W ENGU_CONTRS\2002\E.3rd&4thlntrcnllContraa.doc
58
1
1
I
I
1
I
I
1
I
5-2.02 MEASUREMENT OF QUANTITIES
When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a
legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of
material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material.
When an item on the Schedule of Bid Items is indicated as a Final Pay Item, the estimated quantity shall be the
final quantity for which payment for that specific portion of the work will be made, in accordance with Section 9-
1.015, "Final Pay Quantities," of the Standard Specifications. The portion of the final quantity that will be paid
on any given progress payment will be based on the approximate quantity of that item that was completed during
that progress period, as determined by the Engineer.
5-2.03 COOPERATION AND COLLATERAL WORK
The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the
work site to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and
others, shall coordinate their operations and cooperate to minimize interference.
In particular, the following projects, known at the time of the bidding of this project, will require special attention
from the Contractor. The Contractor shall work diligently to provide full cooperation and coordination with the
associated contractors and owners. Any additional time and effort required for said coordination shall be
considered as included in the contract prices paid for the various items of work involved and no additional
compensation will be allowed therefore.
5-2.04 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
The Contractor shall repair or replace all existing improvements not designated for removal, which are damaged
or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks,
pedestrian paths and bike paths, driveways, fences, walls, signs, pavements, raised pavement markers,
thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a
condition equal to or better than the original condition.
All costs to the Contractor for protecting, removing, restoring, rehabilitating and replacing existing improvements
shall be included in the various bid items and no additional compensation shall be made by the City.
5-2.05 SUBMITTALS AND PARTIAL LIST OF SUBMITTALS
All submittals from Contractor shall be accompanied by a signed and dated cover letter from the Contractor on
the Contractor's letterhead. All submittal cover letters shall include the name and contact information for the
contractor's representative appropriate to the submittal. All submittal cover letters shall include a dated or
scheduled reference to the purpose of the submittal (i.e. the specification requiring the submittal, date the engineer
asked for the submittal, etc.). All submittal cover letters shall include a statement that the submittal meets the
request of the engineer and/or the requirements of the plans, specifications and special provisions. All submittal
cover letters shall include a detailed listing of all attachments.
SUBMITTALS AND SUBMITTAL COVER LETTERS WHICH DO NOT MEET ALL THE
REQUIREMENTS SHALL BE RETURNED WITHOUT COMMENT.
The City shall have fifteen (15) working days to review all submittals made by the contractor before providing a
response or approval. If the submittal must be revised, the City shall have an additional fifteen (15) working days
after receipt of the resubmitted item before providing a response or approval. The Contractor is advised to
remember and include this review time in planning and scheduling all contract work.
Submittals for this project shall include, but not be limited to the following:
1. All submittals required by the Engineer.
2. All submittals requested by the Engineer.
Q:\pw\PWENGW_CON RS12002\E.3rd&4thlntrcnt\Contract.doc
59
I
1
1
I
I
1
I
3. All submittals required by and implied by the project plans, special provisions and standard
specifications.
4. All other permits, licenses, agreements and contracts necessary for the successful completion of this
project that are not already required by the project plans, special conditions or standard specifications.
5. Shop drawings required by the project plans, specifications, and the Engineer.
6. Verification of publication of all Public Notices and copy of same.
7. All Materials certifications required by the project plans and specifications or requested by the Engineer.
5-2.06 SUBSTITUTIONS
If the Contractor proposes substitute or alternate products other than specified in the plans, specifications or
special provisions, Contractor must provide proof and documentation that the substitute product is equal or better
than that specified. Any review required by the Engineer, prior to approval, shall be at the Contractor's expense
unless the City decides otherwise after review of the substitution. Any cost savings from use of substitute
products shall be split 50%/50% between the Contractor and the City.
SECTION 6. BLANK
7-1.01 WATER POLLUTION
The Contractor shall submit a Storm Water Pollution Prevention Plan (SWPPP) prepared under the direction of,
signed, and stamped by a Registered Civil Engineer in the State of California. The Contractor shall submit this
plan to the City for review before July 1, 2002. The plan shall be prepared in accordance with the Manual of
Standards for Erosion & Sediment Control Measures, Second Edition, May 1995 from the Association of Bay
Area Governments (ABAG).
In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations"
(Discharge Rules) the Contractor shall exercise every reasonable precaution to prevent the discharge of any
material which is not solely stormwater (i.e., rain) to the storm drain system which includes, but is not limited to,
catch basins, drainage channels, and creeks. Non -allowable discharges include, but are not limited to, eroded soil
from stockpiles or disturbed earth on -site, concrete and concrete washout water, saw -cut slurry, fuel, oil, and other
vehicle fluids, solid wastes, and construction chemicals.
Stormwater pollution control work is intended to provide prevention, control, and abatement of such stormwater
pollution, and shall consist of constructing those facilities which may be contained in the Contractor's SWPPP .
At the pre -construction conference the Contractor shall submit, for acceptance by the Engineer, a SWPPP to
control stormwater pollution effectively during construction of the project. Such SWPPP shall show the schedule
for the erosion control work included in the contract, if applicable, and for all stormwater pollution control
measures which the Contractor proposes to take in connection with construction of the project. The Contractor
shall include the following minimum actions as identified by the San Francisco Bay Regional Water Quality
Control Board:
1. Stabilize site access points to avoid tracking materials off -site;
2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15);
3. Protect adjacent properties;
4. Stabilize temporary conveyance channels and outlets;
5. Use sediment controls and filtration to remove sediment from water generated by dewatering;
6. Use proper materials and waste storage, handling, and disposal practices;
7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices;
8. Control and prevent discharge of all potential construction -related pollutants;
Q:\pwWWENG1A_CONTRS\2002\E.3rdez4thIntrent\Contract.doc
60
3. Protect adjacent properties;
4. Stabilize temporary conveyance channels and outlets;
5. Use sediment controls and filtration to remove sediment from water generated by dewatering;
6. Use proper materials and waste storage, handling, and disposal practices;
7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices;
8. Control and prevent discharge of all potential construction -related pollutants;
9. Prepare a contingency plan in the event of unexpected rain or a control measure failure.
I
1
1
I
1
1
I
0
I
1
1
In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using
control measures such as filter fabric, straw bales, sand bags, or fine gravel dams to keep slurry out of the
storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is
covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to
moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry
enters a storm drain inlet, the Contractor shall remove: the slurry immediately.
The Contractor shall coordinate stormwater pollution control work with all other work done on the
contract. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other
than that specifically authorized in writing by the Engineer, until the required storm water pollution
control program has been accepted. It shall be the Contractor's responsibility to train all employees and
subcontractors on the approved stormwater pollution control measures.
The City will not be liable to the Contractor for failure to accept all or any portion of an originally
submitted or revised stormwater pollution control program, or for any delays to the work due to the
Contractor's failure to submit an acceptable stormwater pollution control program.
During construction of the project, if the stormwater pollution control measures being taken by the
Contractor prove inadequate to control stormwater pollution, the Engineer may direct the Contractor to
revise his operations and/or his stormwater pollution control program. If the Contractor fails to
adequately revise his operations after such direction, the Engineer may cause the stormwater pollution
control measures to be performed by others, the costs to be deducted from any monies due or to become
due the Contractor.
The complete cleanup of all material which is discharged from the project in violation of the Discharge
Rules shall be the responsibility of the Contractor. Should the Contractor fail to respond promptly and
effectively to the Engineer's request for cleanup of such discharges, the Engineer may cause the cleanup
to be performed by others, the costs to be deducted from any monies due or to become due the Contractor.
Nothing in the terms of the contract nor in the provisions in this section shall relieve the Contractor of the
responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other
applicable statutes relating to prevention or abatement of stormwater pollution.
The cost of creating and implementing an acceptable storm water pollution control program will
be included in the various bid items and no additional compensation shall be made.
SECTION 8. MATERIALS
8-1.01 BUY AMERICA REQUIREMENTS
Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of
1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections
1041 (a) and 1048 (a), and the regulations adopted pursuant thereto. In accordance with said law and
regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the
work on this project shall occur in the United States; with the exception that pig iron and processed,
palletized and reduced iron ore manufactured outside of the United States may be used in the domestic
manufacturing process for such steel and iron materials. The application of coatings, such as epoxy
coating, galvanizing, painting and any other coating that protects or enhances the value of such steel or
iron materials shall be considered a manufacturing process subject to the "Buy America" requirements.
-61-
t
r
I
1
I
1
1
1
1
1
1
A certificate of compliance, conforming to the provisions in Section 6-1.07, "Certificates of Compliance,"
of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition
to certifying that the materials comply with the specifications, shall also specifically certify that all
manufacturing processes for the materials occurred in the United States, except for the exceptions allowed
herein.
The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and
iron materials if the total combined cost of such materials used does not exceed one -tenth of one percent
(0.1%) of the total contract cost or $2,500.00, whichever is greater. The Contractor shall furnish the
Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to
incorporation such materials into the work.
8-2.01 PORTLAND CEMENT CONCRETE
Portland cement concrete shall conform to the provisions in Section 90, "Portland Cement Concrete," of
the Standard Specifications and these special provisions.
Wherever the word "cement" is used in the Standard Specifications or the special provisions, and its use
conforms to one of the following criteria, it shall be understood to mean "cementitious material":
-62
I
I
1
1
1
1
1
1
I
1
1
SECTION 9. DESCRIPTION OF WORK
The Contractor shall perform all work necessary to complete the contract in a satisfactory manner.
Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor,
and incidentals necessary to complete the work. The work to be performed under this contract shall
include, but not be limited to, the following:
• Install interconnect conduits and conductors in East Third and Fourth Avenues, and South
Humboldt and Fremont Streets.
• Install pull boxes behind the curbs along East Fourth Avenue and it's intersecting streets.
• Install vehicle detection sensor loops and equipment on East Fourth Avenue just west of
South Humboldt Street.
-63-
SECTION 10. CONSTRUCTION DETAILS
SECTION 10-1. GENERAL
I
1
I
t
I
I
1
1
10-1.2 PROGRESS SCHEDULE
Progress schedules will be required for this contract and shall conform to the provisions in Section 4-1.03,
CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE (CPM) of these Special
provisions.
10-1.3 OBSTRUCTIONS
The Contractor shall notify the Engineer and the appropriate regional notification center for operators of
subsurface installations at least 2 working days, but not more than 14 calendar days, prior to performing
any excavation or other work close to any underground pipeline, conduit, duct, wire or other structure.
Regional notification centers include but are not limited to the following:
Notification Center
Telephone Number
Underground Service
Alert -Northern
California (USA)
1-800-227-2600
This City of San Mateo may be contacted as follows:
City of San Mateo -Department of Public Works
(650) 522-7300
10-1.4 CONSTRUCTION AREA SIGNS
Construction area signs shall be furnished, installed, maintained, and removed when no longer required in
accordance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the
Standard Specifications and these special provisions. See also Section 4-1.09B Work Area and Lane
Closure Plan in these special provisions.
The Contractor shall notify the appropriate regional notification center for operators of subsurface
installations at least 2 working days, but not more than 14 calendar days, prior to commencing any
excavation for construction area sign posts. The regional notification centers include but are not limited
to the following:
Notification Center
Telephone Number
Underground Service
Alert -Northern
California (USA)
1-800-227-2600
All excavations required to install construction area signs shall be performed by hand methods
without the use of power equipment, except that power equipment may be used if it is
determined there are no utility facilities in the area of the proposed post holes.
PAYMENT. The contract lump sum amount paid for temporary work area access shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the
work involved in providing construction area signs and traffic control devices for vehicular, pedestrian
and marine traffic in accordance with the provisions of the Standard Specifications, Sections 12,
"Construction Area Traffic Control Devices," 7-1.08, "Public Convenience," and 7-1.09, "Public Safety,"
and these special provisions, and as directed by the Engineer.
1
-64-
1
I
1
1
1
I
I
I
1
10-1.5 EXISTING HIGHWAY FACILITIES
The work performed in connection with various existing highway facilities shall conform to the
provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special
provisions.
10-3. SIGNALS AND ELECTRICAL SYSTEMS
10-3.01 DESCRIPTION
Modifying traffic signals and electrical systems shall conform to the provisions in Section 86, "Signals,
Lighting and Electrical Systems," of the Standard Specifications and these special provisions.
Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:00 p.m.
Existing lighting systems shall be operational during hours of darkness. The Contractor shall submit
requests for approval to the State and the City representatives 10 days in advance of requiring any traffic
signal shutdown.
The Contractor shall place "Stop Ahead" and "Stop" signs to direct vehicle and pedestrian traffic through
the intersection during traffic signal system shutdown. Temporary "Stop Ahead" and "Stop" signs shall be
either covered or removed when the system is turned on.
"Stop Ahead" and "Stop" signs shall be furnished by the Contractor and shall conform to the provisions in
Section 12-3.06 "Construction Area Signs," of the Standard Specifications, except that the base material for
the signs shall not be plywood. Minimum size of"Stop" signs shall be 36 inches.
Full compensation for maintaining existing and temporary electrical systems, for furnishing, installing,
maintaining and removing temporary "Stop Ahead" and "Stop" signs and for covering signs not in use shall
be considered as included in the various contract items of work and no additional compensation will be
allowed therefore.
If in the opinion of the State and City representative, the traffic signal system shutdown is at a heavily
traveled intersection, the City shall provide a police officer to direct traffic at no cost to the Contractor.
10-3.03 COST BREAKDOWN
Cost breakdown shall conform to the provisions in Section 86-1.03, "COST BREAKDOWN," of the
Standard Specifications and these special provisions. Approved cost breakdowns will be used for
purposes of making partial payments for contract items.
10-3.04 CONDUIT
Conduit to be installed underground shall be Type 3 unless otherwise specified. Detector termination
conduits shall be Type 3.
The conduit in a foundation and between a foundation and the nearest pull box shall be Type I.
When a standard coupling cannot be used for joining Type 1 conduit, a UL listed threaded union coupling
conforming to the provisions in Section 86-2.05C, "Installation," of the Standard Specifications, or a
concrete -tight split coupling, or concrete -tight set screw coupling shall be used.
When Type 3 conduit is placed in a trench (not in pavement or under portland cement concrete sidewalk),
after the bedding material is placed and the conduit is installed, the trench shall be backfilled with
commercial quality concrete, containing not less than 564 pounds of portland cement per cubic meter, to
-65-
1
f
I
I
1
I
1
I
I
1
1
1
I
t
I
not less than 4.0 inches above the conduit before additional backfill material is placed.
Conduit runs shown on the plans to be located behind curbs may be installed in the street, within 3.0 feet
of, and parallel with the edge of the gutter, by the "Trenching in Pavement Method" in conformance with
the provisions in Section 86-2.05C, "Installation," of the Standard Specifications. Pull boxes shall be
located flush to the top of and immediately behind the curb or at the locations shown on the plans.
Existing concrete gutters and concrete bus pads vary and shall not be disturbed, except for horizontal cuts
to access a pull box or with permission from the City Engineer. Conduit runs shown on the plans in the
areas of existing concrete gutters and bus pads that have been paved over may be installed in the street,
within 3.0 feet of, and parallel with the face of the curb, by the "Trenching in Pavement Method" in
conformance with the provisions in Section 86-2.05C, "Installation," of the Standard Specifications. The
Contractor's attention is directed to Section 2-1.02 of these Special Provisions to examine the existing
concrete gutter and concrete bus pad dimensions within the limits of the work. Please be advised that the
majority of El Camino Real has concrete in the structural cross section and that concrete will be
encountered during trenching activities. Payment for the applicable bid items will be at the contract unit
price and no additional compensation will be allowed.
DIRECTIONAL DRILLING OR JACKING AM) BORING INSTALLATION OF CONDUIT
Excessive use of water, such that pavement might be undermined or subgrade softened, will not be
permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking.
Type 2 and Type 3 conduit may be installed under existing pavement if a hole larger than the conduit is
pre -drilled and the conduit installed by hand. Directional drilling or jacking and boring installation of
conduit shall be completed in accordance with the California Department of Transportation's
Encroachment Permits Manual.
After conductors have been installed, the ends of conduits terminating in pull boxes, service equipment
enclosures, and controller cabinets shall be sealed with an approved type of sealing compound.
At those locations where conduit is required to be installed under pavement and existing underground
facilities require special precautions in conformance with the provisions in "Obstructions" of these special
provisions, conduit shall be placed by the "Trenching in Pavement Method" in conformance with the
provisions in Section 86-2.05C, "Installation," of the Standard Specifications.
At other locations where conduit is required to be installed under pavement and if a delay to vehicles will
not exceed 5 minutes, conduit may be installed by the "Trenching in Pavement Method."
Pull ropes for use when installing conductors and cables shall consist of a flat woven, fabricated, soft -
fiber polyester tape with a minimum tensile strength of 1,800 pounds and shall have printed sequential
measurement markings at least every meter.
Any existing sidewalk removed for conduit and pullbox installation shall be removed from the nearest
joint or scoring line and shall be replaced in kind. Full compensation for replacing sidewalk shall be
considered in the bid price for the type of conduit or pullbox installed and no additional compensation
will be allowed therefore.
10-3.05 PULL BOXES
Grout shall not be placed in bottom of pull boxes.
The third paragraph of Section 86-2,06C. "Installation and Use" of the Standard Specifications is
amended to read:
Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump
shall be reconstructed.
-66-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
No. 3-1/2 pull boxes shall not be used. Where Standard Plans indicate No. 3-1/2 pull boxes, the
No. 5 pull boxes shall be used. A No. 6 pull box shall be used at the controller cabinet.
New pull box coven shall be marked in accordance with Section 86-2.06B "Cover Marking".
The markings shall be as follows:
Traffic signal system and traffic signal system with interconnect — "TRAFFIC SIGNAL"
Traffic signal interconnect — "INTERCONNECT"
Existing pull boxes, which are to be reused, shall be placed at finished grade. Pull boxes and/or
pull box covers, which are damaged, shall be replaced by the Contractor.
10-3.06 CONDUCTORS AND WIRING
Splices shall be insulated by "Method B" or, at the Contractor's option, splices of conductors shall be
insulated with heat -shrink tubing of the appropriate size after thoroughly painting the spliced conductors
with electrical insulating coating.
All new conductors in the controller cabinet shall be bonded.
Signal cable shall not be used.
Signal Interconnect Cable (SIC) shall be the 6 -pair type.
10-3.07 DETECTORS
Loop detector sensor units and asphaltic concrete sealant for inductive detector loop installation shall be
Contractor -furnished.
Slots shall be filled with elastomeric sealant or hot -melt rubberized asphalt sealant.
The depth of loop sealant above the top of the uppermost loop wire in the sawed slots shall be 2.0 inches,
minimum.
Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows:
A. After conductors are installed in the slots cut in the pavement, paint binder (tack coat) shall be
applied to the vertical surfaces of slots in conformance with the provisions in Section 39-4.02,
"Prime Coat and Paint Binder (Tack Coat)," of the Standard Specifications.
B. Temperature of sealant material during installation shall be above 70°F. Sealant material that is
not liquid at 70° shall be heated to and maintained at 400°F during installation. Air temperature
during installation shall be above 50°F . Sealant placed in the slots shall be compacted by use of
a 8.0 inch diameter by 1/8 inch thick steel hand roller or other tool approved by the Engineer.
Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall
be 2.0 inches. Excess sealant remaining after rolling shall not be reused: On completion of
rolling, traffic will be permitted to travel over the sealant.
Slots in portland cement concrete shall be filled with elastomeric sealant or hot -melt rubberized asphalt
sealant, or shall be filled with an epoxy sealant conforming to the provisions in Section 95-2.09, "Epoxy
Sealant for Inductive Loops (State Specification 8040-06)," of the Standard Specifications.
-67
I
I
t
I
I
!,
I
I
V
1
I
I
1
I
I
I
I
Where one detector consists of a sequence of 4 loops in a single lane, the front loop closest to the limit
line or crosswalk shall be located 12.0 inches from the line. All four loops in each lane shall be connected
in series.
10-3.08 TECHNICAL SUPPORT
The Contractor shall secure technical assistance and guidance in the operation, maintenance and trouble
shooting of operational problems for one year following the acceptance of the contract. The technical
support shall be provided at no additional cost to the State.
10-3.09 PAYMENT
The contract lump sum price paid for signal and lighting at various locations shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all the work involved in modifying signal at various locations complete in place, including but
are not limited to traffic control, all materials required for interconnect at said location, manuals
and testing, as shown on the plans, as specified in the Standard Specifications and these special
provisions, and as directed by the Engineer.
-68-
I
I
I
N
I
I
I
I
I
I
I
I
I
1
I
I
I
I
APPENDIX I
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
FEDERAL AID PROJECT NO. CML - 5102 (023)
CITY PROJECT NO. 90-51.37
AGREEMENT FOR PUBLIC IMPROVEMENT
CITY OF SAN MATEO
CITY COUNCIL AWARD
THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo,
State of California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter
called "City", and hereinafter called
"Contractor," as of the day of , 2002.
RECITALS:
(a) City has taken appropriate proceedings to authorize construction of the public work and
improvements or other matters herein provided, and execution of this contract.
(b) A notice was duly published for bids for the contract for the improvement hereinafter
described.
(c) After notice duly given, on the date hereof, the City awarded the contract for the
construction of the improvements hereinafter described to Contractor.
IT IS AGREED, as follows:
1. Scope of Work. Contractor shall perform the work according to the Contract Book
therefore entitled:
EAST THIRD AND FOURTH AVENUE SIGNAL INTERCONNECT PROJECT
2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work
above agreed to be done the sum of $
Said price is determined by the prices contained in Contractor's bid, and shall be paid as described
in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction
of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid
for as described in the Contract Book.
3. The Contract Documents. The complete contract consists of the following documents:
This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Contract Book which
includes the Special Provisions and Contract Drawings, Addenda Numbers issued
to the Contract Book; the State of California, Department of Transportation, Standard Specifications,
July, 1992 and Standard Plans, July, 1992; the Faithful Performance Bond; and the Labor and Material
Bond, and the labor Surcharge and equipment Rental Rates in effect on the date thework is
accomplished, which said special provisions, project plans, Standard plans, Standard Specifications, and
Labor Surcharge and Equipment Rental Rates are hereby specifically referred to and by such reference
made a part thereof.
A-1
All rights and obligations of City and Contractor are fully set forth and described in the contract
documents.
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
All of the above -named documents are intended to cooperate, so that any work called for in one,
and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said
documents. The documents comprising the complete contract will hereinafter be referred to as "the
contract documents". In the event of any variation or discrepancy between any portion of this agreement
and any portion of the other contract documents, this agreement shall prevail. The precedence of the
remaining contract documents will be as specified in the Contract Book.
4. Schedule. All work shall be performed in accordance with the schedule provided
pursuant to the Contract Book.
5. Performance by Sureties. In the event of any termination as hereinbefore provided, City
shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall
have the right to take over and perform the agreement, provided, however, that if the sureties, within 5
days after giving them said notice of termination, do not give City written notice of their intention to take
over the performance thereof within 5 days after notice to City of such election, City may take over the
work and prosecute the same to completion, by contract or by any other method it may deem advisable,
for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess
cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take
possession of, and utilize in completing the work, such materials, appliances, plant and other property
belonging to Contractor as may be on the site of the work and necessary therefor.
6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal
day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar
week from any person employed by Contractor in the performance of such work unless such excess work
is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty
to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this
contract by Contractor, or by any subcontractor for each calendar day during which such laborer,
workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40
hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the
Labor Code of the State of California.
7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the
Director of Industrial Relations of the State of California, in force on the day this bid was announced or
determined by the administrator of the Wage and Hour Division, U.S. Department of Labor, in force on
the day bids are opened, which ever is higher, will be the minimum paid to all craftsmen and laborers
working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or
double asterisks (**) after the expiration date in effect on the date of advertisement for bids.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date
which are in effect on the date of advertisement for bids, such determinations remain in effect for the life
of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date
indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be
paid for work performed after this date have been predetermined. If work is extended past this date, the
new rate must be paid and should be incorporated in contracts the Contractor enters into.
A copy of the correct determination will be posted at the job site. It is understood that it is the
responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in
the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City
Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force.
8. Insurance. The Contractor shall provide and maintain:
A-2
I
I
I
1
I
I
I
I
I
I
I
I
I
I
1
I
I
A. Commercial General Liability Insurance, occurrence form, with a limit of not
less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply
separately to this Agreement or be no less than two (2) times the occurrence limit.
B. Automobile Liability Insurance, occurrence form, with a limit of not less than
$1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned
automobiles.
C. Workers Compensation in at least the minimum statutory limits.
D. General Provisions for all insurance. All insurance shall:
1. Include the City of San Mateo, its elected and appointed officers,
employees, and volunteers as additional insured with respect to this Agreement and the performance of
services in this Agreement. The coverage shall contain no special limitations on the scope of its
protection to the above -designated insured.
2. Be primary with respect to any insurance or self-insurance programs of
City, its officers, employees, and volunteers.
3. Be evidenced, prior to commencement of services, by properly executed
policy endorsements in addition to a certificate of insurance.
4. No changes in insurance may be made without the written approval of
the City Attorney's office.
9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and
indemnify City of San Mateo and its officers and employees from and against any and all claims, loss,
liability; damage, and expense arising from performance of this contract, including claims, loss, liability,
damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its
officers or employees, and (2) to defend City of San Mateo, its officers or employees there against;
provided, however that this provision does not apply to claims, loss, liability, damage or expense arising
from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of
City of San Mateo; further provided, that this provision shall not affect the validity of any insurance
contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance
Code.
10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in
total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by
prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit
is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and
regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this
contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions,
to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that
any differences will be resolved amicably.
11. Mediation. Should any dispute arise out of this Agreement, any party may request that it
be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator
shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit
one name from mediators listed by either the American Arbitration Association, the California State
Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a
"blindfolded" process.
The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing
party. No party shall be permitted to file a legal action without first meeting in mediation and
A-3
APPENDIX II
I
I
I
I
I
I
I
I
I
1
I
I
I
I
iL
I
SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS
GENERAL —The work herein proposed will be financed in (This form need not be filled in if all joint venture firms are
whole or in part with Federal funds, and therefore all of the minority owned.)
statutes, rules and regulations promulgated by the Federal Gov-
ernment and applicable to work financed in whole or in part with
Federal funds will apply to such work. The "Required Contract 1. Name of joint venture
Provisions, Federal -Aid Construction Contracts, "Form FHWA
1273, are included in this Section 14. Whenever in said required
contract provisions references are made to "SHA contracting
officer", "SHA resident engineer", or "authorized representative of 2. Address of joint venture
the SHA", such references shall be construed to mean "Engineer"
as defined in Section 1-1.18 of the Standard Specifications.
PERFORMANCE OF PREVIOUS CONTRACT —In ad-
dition to the provisions in Section II, "Nondiscrimination," and
Section VII, "Subletting or Assigning the Contract," of the re-
quired contract provisions, the Contractor shall comply with the
following:
The bidder shall execute the CERTIFICATION WITH RE-
GARD TO THE PERFORMANCE OF PREVIOUS CON-
TRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL
OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED
REPORTS located in the proposal. No request for subletting or
assigning any portion of the contract in excess of $10,000 will
be considered under the provisions of Section VII of the
required contract provisions unless such request is accompanied
by the CERTIFICATION referred to above, executed by the
proposed subcontractor.
NON -COLLUSION PROVISION. —The provisions in this
section are applicable to all contracts except contracts for Federal
Aid Secondary projects.
Tide 23, United States Code, Section 112, requires as a condi-
tion precedent to approval by the Federal Highway Administrator
of thecontract for this work that each bidder file a sworn statement
executed by, or on behalf of, the person, firm, association, or
corporation to whom such contract is to be awarded, certifying that
such person, firm, association, or corporation has not, either
directly or indirectly, entered into any agreement, participated in
any collusion, or otherwise taken any action in restraint of free
competitive bidding in connection with the submitted bid. A form
to make the non -collusion affidavit statement required by Section
112 as a certification under penalty of perjury rather than as a
sworn statement as permitted by 28, USC, Sec. 1746, is included
in the proposal.
PARTICIPATION BY MINORITY BUSINESS EN-
, TERPRISES IN SUBCONTRACTING. —Part 26, Title 49,
Code of Federal Regulations applies to this Federal -aid project
Pertinent sections of said Code are incorporated in part or in its
entirety within other sections of these special provisions.
Schedule B —Information for Determining Joint Venture Eli-
gibility
FR -1
3. Phone number of joint venture
4. Identify the finns which comprise the joint venture. (The
MBE partner must complete Schedule A.)
a. Describe the role of the MBE firm in the joint venture.
b. Describe very briefly the experience and business
qualifications of each non -MBE joint venturer:
5. Nature of the joint venture's business
6. Provide a copy of the joint venture agreement
7. What is the claimed percentage of MBE ownership? —
8. Ownership of joint venture: (This need not be filled in if
described in the joint venture agreement provided by question
6.).
Revised 3-95
08-07-95
a. Profit and loss sharing.
b. Capital contributions, including equipment. Name of Firm Name of Firm
c. Other applicable ownership interests.
9. Control of and participation in this contract. Identify by Signature Signature
name, race, sex, and "firm" those individuals (and their titles)
who areresponsible for day-to-day management and policy
decision making, including, but not limited to, those with Name Name
prime responsibility for:
1
U
a. Financial decisions
b. Management decisions, such as:
1. Estimating
2. Marketing and sales
3. Hiring and firing of management personnel
Title Title
Date Date
Date
State of
County of
On this day of 19 _, before me
appeared (Name) to me personally
known, who, being duly sworn, did execute the foregoing affi-
4. Purchasing of major items or supplies davit, and did state that he or she was properly authorized by
c. Supervision of field operations
Note. —If, after filing this Schedule B and before the comple-
tion of the joint venture's work on the contract covered by this
regulation, there is any significant change in the information
submitted, the joint venture must inform the grantee, either di-
rectly or through the prime contractor if the joint venture is a
subcontractor.
Affidavit
"The undersigned swear that the foregoing statements are cor-
rect and include all material information necessary to identify
and explain the terms and operation of our joint venture and the
intended participation by each joint venturer in the undertaking.
Further, the undersigned covenant and agree to provide to
grantee current, complete and accurate information regarding ac-
tual joint venture work and the payment therefor and any pro-
posed changes in any of the joint venture arrangements and to
permit the audit and examination of the books, records and files
of the joint venture, or those of each joint venturer relevant to
the joint venture, by authorized representatives of the grantee or
the Federal funding agency. Any material misrepresentation
will be grounds for terminating any contract which may be
awarded and for initiating action under Federal or State laws
concerning false statements."
Revised 3-95
08-01-95
FR -2
(Name of firm) to execute the
affidavit and did so as his or her free act and deed.
Notary Public
Commission expires
[Seal]
Date
State of
County of
On this day of 19 _, before me
appeared (Name) tome personally known,
who, being duly sworn, did execute the foregoing affidavit, and
did state that he or she was properly authorized by (Name of
firm) to execute the affidavit
and did so as his or her free act and deed.
Notary Public
Commission expires
[Seal]
I)
t
I
I
I
r
I
1
I
I
I
I
I
RE UI ED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
(Exclusive of Appalachian Contracts)
IL
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
XI.
XII.
Page
General 3
Nondiscrimination 3
Nonsegregated Facilities 5
Payment of Predetermined Minimum Wage 6
Statements and Payrolls 8
Record of Materials, Supplies, and Labor 9
Subletting or Assigning the Contract 9
Safety: Accident Prevention 10
False Statements Concerning Highway Project 10
Implementation of Clean Air Act and Federal Water
Pollution Control Act 10
Certification Regarding Debarment, Suspension,
Ineligibility, and Voluntary Exclusion 11
Certification Regarding Use of Contract Funds for
Lobbying 12
ATTACHMENTS
A. Employment Preference for Appalachian Contracts (included
in Appalachian contracts only)
I. GENERAL
1. 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.
2. Except as otherwise provided for in each section, the con-
tractor shall insert in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further re-
quire their inclusion in any lower tier subcontract or purchase
order that may in turn be made. The Required Contract Provisions
shall not be incorporated byreference in any case. The prime
contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with these Required
Contract Provisions.
3. A breach of any of the stipulations contained in these Re-
quired Contract Provisions shall be sufficient grounds for ternri-
nation of the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in
29 CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5, Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 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 DOL, or the
contractor's employees or their representatives.
6. Selection of Labor: During the performance of this contract,
the contractor shall not:
a. discriminate against labor from any other State, possession,
or territory of the United States (except for employment
preference for Appalachian contracts, when applicable, as
specified in Attachment A), or
b. employ convict labor for any purpose within the limits of
the project unless it is labor performed by convicts who are on
parole, supervised release, or probation.
H. NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
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, and 41 CFR 60) and orders of the Secretary of
Labor as modified by the provisions prescribed herein, and im-
posed 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 Equal Opportunity Construction
Contract Specifications set forth under 41 CFR 60-4.3 and the
provisions of the American Disabilities Act of 1990
(42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and
29 CFR 1630 are incorporated by reference in this contract In the
execution of this contract, the contractor agrees to comply with the
following minimum specific requirement activities of EEO:
a. The contractor will work with the State highway agency
(SRA) and the Federal Government in carrying out EEO obli-
gations and in their review of his/her activities under the con-
tract.
b. The contractor will accept as his 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 ad-
vertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprentice-
ship, preapprenticeship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make
known to the SHA contracting officers an EEO Officer who will
have the responsibility for and must be capable of effectively
FR -3
Form 1273 — Revised 3-95
08-07-95
I
I
1
I
I
I
r
I
r
I
1
I
I
I
1
administering and promoting an active contractor program of EEO
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
ot, and will implement, the contractor's EEO policy and
contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement
will be met, the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed
and explained. The meetings will be conducted by the EEO
Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minority group employees.
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 im-
plement such policy will be brought to the attention of em-
ployees 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 adver-
tisements will be placed in publications having a large circulation
among minority groups 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 minority group applicants. To meet this requirement,
the contractor will identify sources of potential minority group
employees, and establish with such identified sources
procedures whereby minority group applicants may be referred
to the contractor for employment consideration.
b. In the event the contractor has a valid bargaining agreement
providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract
provisions. (The DOL has held that where implementation of
such agreements have the effect of discrithinating against
minorities or women, or obligates the contractor to do the same,
such implementation violates Executive Order 11246, as
amended.)
c. The contractor will encourage his present employees to
Form 1273 —Revised 3-5
08-07-95
refer minority group applicants for employment. Information
and procedures with regard to referring minority group
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, layot;; 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
his 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,
suchcorrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minority group and women employees,
and applicants for employment
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 ge-
ographical area of contract performance. Where feasible, 25
percent of apprentices or trainees in each occupation shall be in
their first year of apprenticeship or training. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the special
provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance re-
quirements for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees
and will encourage eligible employees to apply for such training
and promotion.
FR -4
I
I
I
I
I
I
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions,
and to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures
set forthbelow:
a. The contractor will use best efforts to develop, in coop-
eration with the unions, joint training programs aimed toward
qualifying more minority group members and women for
membership in the unions and increasing the skills of minority
group employees and women so that they may qualify for higher
paying employment.
b. The contractor will use best 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 SHA 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 minority and women 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 minority group
persons and women. (The DOL has held that it shall be no
excuse that the union with which the contractor has a collective
bargaining agreement providing for exclusive referral failed to
refer minority employees.) In the event the union referral prac-
tice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
SHA.
8. 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.
a. The contractor shall notify all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49
CFR 26, shall have equal opportunity - to compete for and
perform subcontracts which the contractor enters into pursuant
to this contract. The contractor will use his best efforts to solicit
bids from and to utilize DBE subcontractors or subcontractors
with meaningful minority group and female representation
among their employees. Contractors shall obtain lists of DBE
construction firms from SHA personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. 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 completion of the contract work and shall be
available at reasonable times and places for inspection by au-
thorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number 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 -op-
portunities for minorities and women;
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with
meaningful minority and female representation among their
employees.
b. The contractors will submit an annual report to the SHA
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. If on-the-job training is being required by special
provision, the contractor -will be required to collect and report
training data.
III NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supply
agreement or purchase order, as appropriate, the bidder, Federal -
aid construction contractor, subcontractor, material supplier, or
vendor, as appropriate, certifies that the firm does not maintain
or provide for its employees any segregated facilities at any of
its establishments, and that the firm does not permit its
employees to perform their services at any location, under its
control, where segregated facilities are maintained. The fine
agrees that a breach of this certification is a violation of the EEO
provisions of this contract. The firm further certifies that no
employee will be denied access to adequate facilities on the
basis of sex or disability.
b. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and
washrooms, restaurants andother eating areas, time clocks,
locker rooms, and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees
which are segregated by explicit directive, or are, in fact, seg-
regated on the basis of race, color, religion, national origin, age
or disability, because of habit, local custom, or otherwise. The
only exception will be for the disabled when the demands for
accessibility override (e.g. disabled parking).
FR -5
Form 1273 —Revised 3-95
08-07-95
I
I
I
I
I
I
t
r
I
1
1
I
r
I
I
1
c. The contractor agrees that it has obtained or will obtain
identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will
retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM
WAGE
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
1. General:
a. All mechanics and laborers 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 (29 CFR 3)] issued by the Secretary of Labor under
the Copeland Act (40 U.S.C. 276c) the full amounts of wages
and bona fide fringe benefits (or cash equivalents thereof) due at
time of payment. The payment shall be computed at wage rates
not less than those contained in the wage determination of the
Secretary of Labor (hereinafter "the wage determination") which
is attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between
the contractor or its subcontractors and such laborers and
mechanics. The wage determination (including any additional
classifications and wage rates conformed under paragraph 2 of
this Section IV and the DOL poster (WH-1321) or Form
FHWA-1495) 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. For
the purpose of this Section, contributions made or costs
reasonably anticipated for bona fide fringe benefits under
Section l(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on
behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of Section
W, paragraph 3b, hereof. Also, for the purpose of this Section,
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 deter-
mination for the classification of work actually performed,
without regard to skill, except as provided in paragraphs 4 and 5
of this Section IV.
b. Laborers or mechanicsperforming 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.
c. All rulings and interpretations of the Davis -Bacon Act and
related acts contained in 29 CFR 1, 3, and 5 are herein
incorporated by reference in this contract
Form 1273 —Revised 3-95
08-07-95
FR -6
2. Classification:
a. The SI-IA contracting officer shall require that any class of
laborers or mechanics employed under the contract, which is not
listed in the wage determination, shall be classified in
conformance with -the wage determination.
b. The contracting officer shall approve an additional
classification, wage rateand fringe benefits only whenthe
following criteria have been met:
(1) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the
wage determination;
(2) the additional classification is utilized in the area by the
construction industry;
(3) the proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
prevails in the area in which the work is performed.
c. If the contractor or subcontractors, as appropriate, the
laborers and mechanics (if known) to be employed in the addi-
tional classification 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 DOL, Administrator of the Wage and Hour Division,
Employment Standards Administration, Washington, D.C.
20210. The Wage and Hour 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,
d. In the event the contractor orsubcontractors, as appro-
priate, the laborers ormechanics to be employed in the addi-
tional 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. Said 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
e. The wage rate (including fringe benefits where appropriate)
determined pursuant to paragraph 2c or 2d of this Section IV
shall be paid to all workers performing work in the additional
classification from the first day on which work is performed in
the classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the con-
tract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor
or subcontractors, as appropriate, shall either pay the benefit
I
I
I
I
I
I
$
i
I
1
1
I
I
as stated in the wage determination or shall pay another bona
fide fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does not
make payments to a trustee or other third person, he/she may
consider as a 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:
4. Apprentices and Trainees (Programs of the U.S. DOL) and
Helpers:
a. Apprentices:
(1) 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 DOL,
Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a State apprenticeship
agency recognized by the Bureau, or if a person is employed
in his/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 Bureau of Apprenticeship and Training or a
State apprenticeship agency (where appropriate) to be eligible
for probationary employment as an apprentice.
(2) The allowable ratio of apprentices to journeyman -level
employees 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
employee 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 listed in 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
wagerate on the wage determination for the work actually
performed. Where a contractor or subcontractor is
perforating 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 -level
hourly rate) specified in the contractor's or subcontractor's
registered program shall be observed.
(3) 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 journeyman -
level 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 for the Wage and Hour
Division determines that a different practice prevails for the
applicable apprentice classification, fringes shall be paid in
accordance with that determination.
FR -7
(4) In the event the Bureau of Apprenticeship and Training,
or a State apprenticeship agency recognized by the Bureau,
withdraws approval of an apprenticeship program, the
contractor or subcontractor will no longerbe permitted to
utilize apprentices at less than the applicable predetermined
rate for the comparable work performed by regular employees
until an acceptable program is approved.
b. Trainees:
(1) 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 DOL,
Employment and Training Administration.
(2) The ratio of trainees to journeyman -level employees on
the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration.
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.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for his/her level of
progress, expressed as a percentage of the journeyman -level
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 -level wage rate on the
wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall re-
ceive the same fringe benefits as apprentices.
(4) In the event the Employment and Training Adminis-
tration withdraws approval of a training program, the con-
tractor or subcontractor 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. Helpers:
Helpers will be permitted to work on a project if the helper
classification is specified and defined on the applicable wage
determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a
payroll at a helper wage rate, who is not a helper under an
approved definition, shall be paid not less than the applicable
wage rate on the wage determination for the classification of
work actually performed.
Form 1273 — Revised 3-95
08-07-95
p
I
I
I
r
I
I
I
I
I
I
I
I
I
1
I
I
5. Apprentices and Trainees (Programs of the U.S. DOT): 9. Withholding for Unpaid Wages and Liquidated Damages:
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
ratesfor 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.
6. Withholding:
The SHA shall upon its own action or upon written request of an
authorized representative of the DOL withhold, or cause to be
withheld, from the contractor or subcontractor 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, as 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 SHA contracting officer 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.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall
require or permit any laborer, mechanic, watchman, or guard in
any workweek in which he/she is employed on such work, to work
in excess of 40 hours in such workweek unless such laborer,
mechanic, watchman, or guard receives compensation at a rate not
less than one -and -one-half times his/her basic rate of pay for all
hours worked in excess of 40 hours in such workweek
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the event
of any violation of the clause set forth in paragraph 7 above, the
contractor and any subcontractor responsible thereof shall be liable
to the affected employee for his/her 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, mechanic, watchman, or
guard employed in violation of the clause set forth in paragraph 7,
in the sum of $10 for each calendar day on which such employee
was required or permitted to work in excess of the standard work
week of 40 hours without payment of the overtime wages required
by the clause set forth in paragraph 7.
Form 1273 —Revised 3-95
08-07-95
The SHA shall upon its own action or upon written request of
any authorized representative of the DOL withhold, or cause to be
withheld, from any monies 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 ner'nWry to satisfy any
liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph
8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which are
exempt)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of 3 years from
the date of completion of the contract for all laborers,
mechanics, apprentices, trainees, watchmen, helpers, and guards
working at the site of the work.
b. The payroll records shall contain the name, social security
number, and address of each such employee; his or her correct
classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section t (b)(2)(B)
of the Davis Bacon Act); daily and weekly number of hours
worked; deductions made; and actual wages paid. In addition,
for Appalachian contracts, the payroll records shall contain a
notation indicating whether the employee does, or does not,
normally reside in the labor area as defined in Attachment A,
paragraph 1. Whenever the Secretary of Labor, pursuant to Sec-
tion IV, paragraph 3b, has found 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@)(2)(B)_of the Davis Bacon Act, the
contractor and each subcontractor shall maintain records which
show that the commitment to provide such benefits is
enforceable, that the plan or program is financially repossible,
that the plan or program has been communicated in writing to
the laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing benefits.
Contractors or subcontractors employing apprentices or trainees
under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage
rates prescribed in the applicable programs.
FR -8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
i
c. Each contractor and subcontractor shall furnish, each week
in which any contract work is performed, to the SHA resident
engineer a payroll of wages paid each of its employees
(including apprentices, trainees, and helpers, described in
Section IV, paragraphs 4 and 5, and watchmen and guards en-
gaged on work during the preceding weekly payroll period).
The payroll submitted shall set out accurately and completely all
of the information required to be maintained under paragraph 2b
of this Section V. This information may be submitted in any
form desired. Optional Form WH-347 is available for this
purpose and may be purchased from the Superintendent of
Documents (Federal stock number 029-005-0014-1), U.S.
Government Printing Office, Washington, D.C. 20402. The
prime contractor is responsible for the submission of copies of
payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or sub-
contractor or his/her agent who pays or supervises the payment
of the persons employed under the contract and shall certify the
following:
(1) that the payroll for the payroll period contains the
information required to be maintained under paragraph 2b of
this Section V and that such information is correct and
complete;
(2) that such 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 the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash
equivalent for the classification of worked performed, as
specified in the applicable wage determination incorporated
into the contract.
e. 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 2d of this Section V.
f. The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under 18
U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records re-
quired under paragraph 2b of this Section V available for in-
spection, copying, or transcription by authorized representatives
of the SHA, the FHWA, or the DOL, and shall permit such
representatives to interview employees during working hours on
the job. If the contractor or subcontractor fails to submit the re-
quired records or to make them available, the SHA, the FHWA,
the DOL, or all may, after written notice to the contractor,
sponsor, applicant, or owner, take such actions as may be nec-
essary 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.
VI. RECORD OF MATERIALS, SUPPLIES, AND
LABOR
1. On all Federal -aid contracts on the National Highway System,
except those which provide solely for the installation of protective
devices at railroad grade crossings, those which are constructed on
a force account or direct labor basis, highway beautification
contracts, and contracts for which the total final construction cost
for roadway and bridge is less than $1,000,000 (23 CFR 635) the
contractor shall:
a Become familiar with the list of specific materials and
supplies contained in Form FHWA-47, "Statement of Materials
and Labor Used by Contractor of Highway Construction
Involving Federal Funds," prior to the commencement of work
under this contract.
b. Maintain a record of the total cost of all materials and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA-47, and in the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA-47 together with the data
required in paragraph lb relative to materials and supplies, a
final labor summary of all contract work indicating the total
hours worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VII- SUBLETTING OR ASSIGNING THE CONTRACT
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 State. 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).
a. "Its own organization" shall be construed to include only
workers employed and paid directly 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, assignee, or agent of the prime
contractor.
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 on the contract as a
whole and in general are to be limited to minor components of
the overall contract.
FR -9
Form 1273 —Revised 3-95
08-07-95
I
1
I
L
I
I
I
I
I
1
I
I
1
i
1
1
I
I1
1
2. The contract amount upon which the requirements set forth in
paragraph 1 of Section VII 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 SHA 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 SHA
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 SHA has assured that each subcontract
is evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract
VIE SAFETY: ACCIDENT PREVENTION
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 allsafeguards, safety devices and protective equipment
and take any other needed actions as it determines, or as the SHA
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 isa condition of this contract, and shall be made a con-
dition of each subcontract, which the contractor enters into pur-
suant 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. 333).
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. 333).
DL FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
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 mis-
representation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding re -
Form 1273 —Revised 3-95
08-07-95
garding the seriousness of these and similar acts, the following
notice 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:
NOTICE TO ALL PERSONNEL ENGAGED ON
FEDERAL -AD HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever being an officer, agent, or employee of the United
States, or 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
thecost 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 falsestatement, false repre-
sentation, false report or false claim with respect to the character,
quality, quantity, or cost of any work performed or to be per-
formed 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 repre-
sentation as to material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal -aid Roads Act
approved July 1, 1916, (39 Stat. 355), as amended and sup-
plemented;
Shall be fined not more that $10,000 or imprisoned not more
than 5 years or both"
X. IMPLEMENTATION OF CLEAN AIR ACT AND
FEDERAL WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, orsubcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is or will be utilized in the performance
of this contract, unless such contract is exempt under the Clean Air
Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub. L.
91-604), and under the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500),
Executive Order 11738, and regulations inimplementation thereof
(40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of
any communication from the Director, Office of Federal Activities,
EPA, indicating that a facility that is or will be utilized
FR -10
I
i
r
I
I
I
I
I
I
I
I
I
I
I
I
I
I
for the contract is under consideration to be listed on the EPA List
of Violating Facilities.
4. That the firm agrees to include or cause to be included the
requirements of paragraph I through 4 of this Section X in every
nonexempt subcontract, and further agrees to take such action as
the government may direct as a means of enforcing such re-
quirements.
XI. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
1. Instructions for Certification - Primary Covered
Transactions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary 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 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 primary 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 department or
agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly
rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department
or agency may terminate this transaction for cause of default.
d. The prospective primary participant shall provide im-
mediate written notice to the department or agency to whom this
proposal is submitted if any time the prospective primary
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," "lower tier covered transaction," "participant,"
"person," "primary covered transaction," "principal," "proposal,"
and "voluntarily excluded," as used in this Clause, have the
meanings set out in the Definitions and Coverage sections of
rules implementing Executive Order 12549. You may contact
the department or agency to which this proposal is submitted for
assistance in obtaining a copy of those regulations.
f. The prospective primary 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 bythe department or
agency entering into this transaction.
g. The prospective primary participant further agrees by
FR -11
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower. Tier Covered Transaction,"
provided by the department or agency entering into this covered
transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactiogs.
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 may
decide the method and frequency by which it determines the el-
igibility of its principals. Each participant may, but is not
required to, check the nonprocurement portion of the "Lists of
Parties Excluded From Federal Procurement or Nonprocurement
Programs" (Nonprocurement List) which is compiled by the
General Services Administration.
i. 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.
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 de-
partment or agency may terminate this transaction for cause or
default.
Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary
Exclusion —Primary Covered Transactions
1. The prospective primary participant certifies to the best of
its knowledge and belief, that it and its principals;
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible; or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3 -year period preceding this proposal
been convicted of or had a civil judgment rendered against
them for commission of' fraud of 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;
c. 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 lb of this certification; and
Form 1273 —Revised 3-95
08-07-95
1
I
r
1
1
I
I
I
1
1
I
I
I
I
1
1
d. Have not within a 3 -year period preceding this ap-
plication/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
2. Where the prospective primary 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 Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department or agency with which this
transaction originated may pursue available remedies, including
suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of changed
circumstances.
d. The terms "covered transaction," "debarred," "suspended,"
"ineligible," "primary covered - transaction," "participant,"
"person," "principal," "proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the Definitions
and Coverage sections of rules implementing Executive Order
12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
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.
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 may
decide the method and frequency by which it determines the el-
igibility of its principals. Each participant may, but is not
Form 1273 —Revised 3-95
08-07-95
required to, check the Nonprocurement List.
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 e 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 de-
partment 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 Covered Transactions
I. 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 participation
in this transaction 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.
XII. CERTIFICATION REGARDING USE OF
CONTRACT FUNDS FOR LOBBYING
(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,
FR -I2
I
I
t.
I
I
I
I
r
I
I
I
I
I
I
1
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 whenthis transaction was made or en-
tered 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 his or
her bid or proposal that he or she 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.
FEDERAL -AID FEMALE AND MINORITY GOALS
In accordance with Section II, "Nondiscrimination," of
"Required Contract Provisions Federal -aid Construction
Contracts" the following are the goals for female utilization:
Goal for Women
(applies nationwide) (percent) 6.9
The following are goals for minority utilization:
CALIFORNIA ECONOMIC AREA
174 Redding, CA:
Non-SMSA Counties
CA Lassen; CA Modoc;
CA Plumas; CA Shasta;
CA Siskiyou; CA Tehama.
175 Eureka, CA:
Non-SMSA Counties
CA Del Norte; CA Humboldt;
CA Trinity.
176 San Francisco -Oakland -San Jose, CA:
Goal
(Percent)
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:
6.8 5170 Modesto, CA 12.3
CA Stanislaus.
8120 Stockton, CA 24.3
CA San Joaquin.
Non-SMSA Counties 19.8
CA. Alpine; CA Amador,
6.6 CA Calaveras; CA Mariposa;
CA Merced; CA Tuolumne.
179 Fresno -Bakersfield, 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.
7485 Santa Cruz, CA.
CA Santa Cruz.
7500 Santa Rosa, CA
CA Sonoma.
8720 Vallejo -Fairfield- Napa, CA
CA Napa; CA Solano
Non-SMSA Counties
CA Lake; CA Mendocino;
CA San Benito.
19.6
14.9
9.1
17.1
SMSA Counties:
0680 Bakersfield, CA 19.1
CA Kern.
2840 Fresno, CA 26.1
CA Fresno.
Non-SMSA Counties 23.6
CA Kings; CA Madera;
CA Tulare.
180 Los Angeles, CA:
SMSA Counties:
0360 Anaheim -Santa Ana -Garden
Grove, CA.
CA Orange.
4480 Los Angeles -Long
Beach, CA 28.3
CA Los Angeles.
6000 Oxnard -Simi Valley -
23.2 Ventura, CA 21.5
CA Ventura.
FR -13
11.9
Foam 1273 —Revised 3-95
08-07.95
1
I
I
1
I
1
i
I
I
I
t
I
r
I
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 Inyo; 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.
In addition to the reporting requirements set forth elsewhere in
this contract the Contractor and subcontractors holding
subcontracts, not including material suppliers, of $10,000 or more,
shall submit for every month of July during which work is
performed, employment data as contained under Form FHWA
PR -1391 (Appendix C to 23 CFR, Part 230), and in accordance
with the instructions included thereon.
1
E
® O s a a ®i fl S SIP Om IS Os 5 IS UM® 111111
WAIS Document Retrieval Page 1 of 41
GENERAL DECISION CA020029 08/09/2002 CA29
Date: August 9, 2002
General Decision Number CA020029
Superseded General Decision No. CA010029
State: California
Construction Type:
BUILDING
DREDGING'
HEAVY
HIGHWAY
County(ies):
ALAMEDA MARIPOSA SAN MATEO
CALAVERAS MERCED SANTA CLARA
CONTRA COSTA MONTEREY SANTA CRUZ
FRESNO SAN BENITO STANISLAUS
KINGS SAN FRANCISCO TUOLUMNE
MADERA SAN JOAQUIN
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 Publication Date
0 03/01/2002
1 03/08/2002
2 03/22/2002
3 03/29/2002
4 04/12/2002
5 04/19/2002
6 05/10/2002
7 05/17/2002
8 05/31/2002
9 06/07/2002
10 06/14/2002
11 07/05/2002
12 07/19/2002
13 08/02/2002
14 08/09/2002
COUNTY(ies):
ALAMEDA MARIPOSA SAN MATEO
CALAVERAS MERCED SANTA CLARA
CONTRA COSTA MONTEREY SANTA CRUZ
FRESNO SAN BENITO STANISLAUS
KINGS SAN FRANCISCO TUOLUMNE
MADERA SAN JOAQUIN
ASBE0016A 01/01/2002
Rates Fringes
Includes the application
of all insulating materials,
protective coverings,
WAIS Document Retrieval Page 2 of 41
i
I
1
I
I
I
I
1
1
1
coatings, and finishings
to all types of mechanical
systems
INSULATOR/ASBESTOS WORKER
37.53 9.01
ASBE0016E 05/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
mechanical systems, whether they
contain asbestos or not
HAZARDOUS MATERIAL HANDLER
22.90 3.25
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,
SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
mechanical systems, whether they
contain asbestos or not
HAZARDOUS MATERIAL HANDLER
13.90 2.25
ASBE0016F 05/01/1999
Rates Fringes
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN
BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
mechanical systems, whether they
contain asbestos or not
HAZARDOUS MATERIAL HANDLER
22.01 4.28
BOIL0549B 10/01/2001
BOILERMAKER
Rates Fringes
31.51 11.95
* BRCA0003B 08/01/2002
MARBLE FINISHER
Rates
25.17
Fringes
6.42
* BRCA0003D 08/01/2002
Rates Fringes
•
.. . ., n I • I .. ............. .. .... ...I.
WAIS Document Retrieval Page 3 of 41
I
I
I
1
I
i
I
1
I
I
1
I
MARBLE MASON
35.44 11.96
* BRCA0003G 07/01/2001
SAN FRANCISCO
BRICKLAYER
AND SAN MATEO COUNTIES:
ALAMEDA, CONTRA COSTA,
BRICKLAYER
Rates Fringes
31.80 10.50
SAN BENITO AND SANTA CLARA COUNTIES
30.52 9.63
CALAVERAS, SAN JOAQUIN, STANISLAUS AND
TOULUMNE COUNTIES
BRICKLAYER 26.65 8.25
MONTEREY AND SAN CRUZ COUNTIES
BRICKLAYER.
FRESNO, KINGS, MADERA, MARIPOSA
AND MERCED COUNTIES
BRICKLAYER
28.48
24.70
10.00
8.80
FOOTNOTES: Operating a saw or grinder: $0.50 per hour additional.
Gunite nozzle person: $1.00 per hour additional.
BRCA0003P 07/01/2001
TERRAZZO WORKER
TERRAZZO FINISHER
Rates Fringes
33.80 10.15
18.06 6.57
BRCA0003T 04/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN
FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
TILE LAYER 34.13 7.20
TILE FINISHER 17.16 5.97
CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES
TILE LAYER 28.43 7.15
TILER FINISHER - 18.66 5.97
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES
TILE LAYER 26.27
TILE FINISHER 18.55
5.65
4.77
CARP0003A 08/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES
DRYWALL INSTALLER/LATHER 29.75 12.415
DRYWALL STOCKER/SCRAPPER 14.88 6.795
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Total Project value
$25 Million and over
1.4hn. /14. .ahnn+a newt aoc. nw.. nnx ,/nnLh:n/na+A art rn:9Ahna ma=ila.,ic_R arnnarAnr4A=1" hOM')0 .RP)1 /(1')
1
I
i
1
1
1
0
I
i
1
WAIS Document Retrieval Page 4 of 41
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPPER
Total Project Value
under $25 Million
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPPER
REMAINDER OF COUNTIES:
Total Project value $25
million and over
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPPER
Total Project value
under $25 million
DRYWALL INSTALLER/LATHER
DRYWALL STOCKER/SCRAPER
29.75 12.415
14.88 6.795
24.62 12.415
12.19 6.795
29.75 12.415
14.88 6.975
23.77 12.415
11.89 7.795
CARP0034A 07/01/2002
DIVERS:
Diver standby
Diver wet pay
Tender
Saturation diver
DEPTH PAY (Surface Diving):
50 to 100 ft $1.32/ft
100 to 150 ft $66.00 + $1.85/ft
150 to 200 ft $158.00 + $2.65/ft
200 ft and over $291.00 + $3.00/ft
Rates - Fringes
32.34
43.59
32.34
46.50
14.475
14.475
14.475
14.475
CARP0034C 07/01/2002
PILEDRIVER
Rates
29.40
Fringes
14.475
CARP0035A 07/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO; AND SANTA CLARA
COUNTIES:
CARPENTER 29.75 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 29.90 11.975
BRIDGE BUILDERS 29.75 11.975
MILLWRIGHT 29.85 13.315
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
STANISLAUS, AND TUOLUMNE COUNTIES:
TOTAL PROJECT VALUE
$25 MILLION AND OVER:
hftn•//f a.<hnota ,race m.n /na4Ann nni9Ahnamn=Tlsavic_Rarnn1erAnrtiA=1" AdTThfliQ R/9 1 /09
1
1
1
1
1
1
1
1
1
1
1
i
1
1
WAIS Document Retrieval Page 5 of 41
CARPENTER - 29.75 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 29.90 11.975
BRIDGE BUILDERS 29.75 11.975
MILLWRIGHT 29.85 13.315
TOTAL PROJECT VALUE
UNDER $25 MILLION
CARPENTER 23.27 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 23.42 11.975
BRIDGE BUILDERS 27.43 11.975
MILLWRIGHT 25.27 13.315
MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES:
TOTAL PROJECT VALUE
$25 MILLION AND OVER:
CARPENTER 29.75 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 29.90 11.975
BRIDGE BUILDERS 29.75 11.975
MILLWRIGHT 29.85 13.315
TOTAL PROJECT VALUE
UNDER $25,000,000
CARPENTER 24.62 11.975
HARDWOOD FLOORLAYER; SHINGLER;
POWER SAW OPERATOR; STEEL
SCAFFOLD AND STEEL SHORING
ERECTOR; SAW FILER 24.77 11.975
BRIDGE BUILDERS 27.99 11.975
MILLWRIGHT 26.62 13.315
CARP0035H 07/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA; SAN FRANCISCO, SAN MATEO, SANTA CLARA
COUNTIES
MODULAR FURNITURE INSTALLER 18.18 5.455
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
MODULAR FURNITURE INSTALLER 16.00 5.455
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
STANISLAUS, TUOLUMNE COUNTIES
MODULAR FURNITURE INSTALLER 15.23 5.455
ELEC0006A 12/01/2000
Rates Fringes
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO,
SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
httn'I/ITIE,ehante arrPCC ann anv/rni_hin/rtahlnr rni9AhnamP—Tlalric..Rarnn2rAnniA=C AM(1MQ Rn1 /!1')
1
I
I
1
1
1
i
WAIS Document Retrieval Page 6 of 41
COMMUNICATIONS AND SYSTEMS WORK:
Communications and Systems
Installer 23.32 3%+4.10
Communications and Systems
Technician 26.55 3%+4.10
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.
ELEC0006H 06/01/2002
SAN FRANCISCO COUNTY:
ELECTRICIAN
Rates
45.55
Fringes
13.885
ELEC0006K 12/01/1999
Rates Fringes
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
COMMUNICATIONS AND SYSTEMS WORK:
Communications and Systems
Installer 18.72 3%+4.10
Communications and Systems
Technician 21.31 3%+4.10
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
httn://frwebeate.access.enn.¢nv/cei-hindsetdnacai?dbname=navic-Rarnnkrineid=C'A020699 R/211(Y)
WAIS Document Retrieval Page 7 of 41
systems (all buildings having floors located more than 75' above
the lowest floor level having building access); excluding energy
management systems.
I
1
1
I
1
1
I
I
i
i
1
1
1
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.
ELEC0100C 06/01/2002
FRESNO, KINGS, AND MADERA COUNTIES:
ELECTRICIAN
Rates
27.10
Fringes
3%+8.81
ELEC0100F 01/07/2002
Rates Fringes
FRESNO, KINGS, MADERA AND TULARE COUNTIES:
COMMUNICATIONS AND SYSTEMS
INSTALLER
SCOPE OF WORK
21.47 3%+5.40
Includes the installation testing, service and maintenance, of
the following systems which utilize the transmission and/or
transference of voice; sound, vision and digital for commercial,
education, security and entertainment purposes for the following:
TV monitoring and surveillance, background -foreground music,
intercom and telephone interconnect, inventory control systems,
microwave transmission, multi -media, multiplex, nurse call
system, radio page, school intercom and sound, burglar alarms,
and low voltage master clock systems.
A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS
Background foreground musicc
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
Kttn•//fivvahnata arrece rtnn rtnv/rrti_hin/rtatAnr rai9Ahnama=Tlavic-Rarnn.GAnoid=CAn9on29 R/71/02
1
1
1
1
1
1
1
1
1
1
1
1
I
1
1
1
i
WAIS Document Retrieval Page 8 of 41
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 systemsare 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.
ELECO234A 12/24/2001
Rates Fringes
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES:
ELECTRICIANS
32.06 3% + 11.59
ELEC0302A 06/01/2001
CONTRA COSTA COUNTY:
ELECTRICIANS
CABLE SPLICER
Rates Fringes
35.01
38.51
3%+8.90
3%+8.90
httn://fTweRaate.acce.cc.ann.anv/cai-hin/aPtAnn cai7tdhname=ilavic_RacnnRrdnnid=f A(170f19Q R/)1 /(Y)
WAIS Document Retrieval Page 9 of 41
1
1
1
1
1
I
f
1
1
ELEC0332A 06/01/2002
SANTA CLARA COUNTY:
ELECTRICIAN
CABLE SPLICER
Rates Fringes
42.57 3%+11.27
48.96 3%+11.27
FOOTNOTES:
Work under compressed air or where gas masks are required, or
work on ladders, scaffolds, stacks, "Bosun'schairs," 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.
ELEC0595A 06/01/2002
ALAMEDA COUNTY:
Electricians
Cable Splicers
Rates Fringes
37.00
41.63
3%+14.35
3%+14.35
ELEC0595B 06/01/2002
CALAVERAS AND SAN JOAQUIN COUNTIES:
TUNNEL WORK:
Electrician
Cable splicer
ALL OTHER WORK:
Electrician
Cable splicer
Rates Fringes
28.32
31.84
28.19
31.71
7.5%+11.96
7.5%+11.96
7.5%+11.96
7.5%+11.96
ELEC0617A 06/01/2002
Rates Fringes
SAN MATEO COUNTY:
ELECTRICIAN 42.37 3%+11.66
ELEC0684A 07/01/2001
Rates Fringes
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:
Electrician
Cable splicer
28.02 7%+9.05
30.82 7%+9.05
ELEC1245A 06/01/2002
Rates Fringes
LINE CONSTRUCTION
httn•//frwehoaty Arrece Ann rtnvlrAi_hin/rtetAnr rrti9Ahnama=Tlavic_RornnRZAnniA=CA(Y)M9O 2/11/Al
1
I
1
1
1
I
I
1
WAIS Document Retrieval Page 10 of 41
Lineman; Cable splicer 33.16 4.5%+7.08
Equipment specialist (operates
crawler tractors, commercial
motor vehicles, backhoes,
trenchers, cranes (50 tons and
below), and overhead and
underground distribution line
equipment) 28.19 4.5%+6.80
Groundman 21.56 4.5%+6.80
Powderman 31.51 4.5%+6.84
ELEV0008A 08/01/2001
ELEVATOR MECHANIC
Rates
42.735
Fringes
7.455
FOOTNOTE:
Vacation Pay: 8% with 5 or more years of service, 6% for.6
months to 5 years service. Paid Holidays: New Years Day,
Memorial Day, Independence Day, Labor Day, Thanksgiving Day and
Friday after, and Christmas Day.
* ENGI0003B 07/01/2001
Rates
POWER EQUIPMENT OPERATORS:
DREDGING: CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:
Fringes
AREA 1:
Leverman 34.39 12.37
Dredge dozer; Heavy duty
repairman 29.43 12.37
Booster pump operator; Deck;
engineer; Deck Mate; Dredge
tender; Winch operator 28.31 12.37
Bargeman; Deckhand;
Fireman; Leveehand; Oiler 25.01 12.37
AREA 2:
Leverman 36.39 12.37
Dredge dozer; Heavy duty
repairman 31.43 12.37
Booster pump operator; Deck;
engineer; Deck Mate; Dredge
tender; Winch operator 30.31 12.37
Bargeman; Deckhand;
Fireman; Leveehand; Oiler 27.01 12.37
AREA 1: ALAMEDA,.CONTRA COSTA, KINGS, MERCED, SAN BENITO, SAN
FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ AND
STANISLAUS COUNTIES
The remaining counties are split between Area 1 and Area 2 as
noted below:
CALAVERAS COUNTY:
htto://frwebeate.access_gnn.gnv/raj-hin/aetdne cai9dhnamr.=Mavis-RarnnR,AnciA=rAVVOA%) Rn1 /IT)
WAIS Document Retrieval Page 11 of 41
1
1
1
1
1
I
1
1
I
AREA 1: Area within the line beginning at the southernmost
point of Calaveras County,
Thence northerly along the southeasterly county line to the
intersection with the easterly line of Range 15 East,
Thence northerly to the northeast corner of Township 5N,
Range 15E,
Thence westerly to the southeast corner of Township 6N, Range
14E,
Thence northerly along the range line to the intersection
with the northerly line ofsaid county,
Thence westerly and southerly along the county line to the
point of beginning.
AREA 2: Remainder of Calaveras County.
FRESNO COUNTY:
AREA 1: Area within the line beginning at the southeast corner
of Township 13$, Range 28E,
Thence northerly to the northeast corner of Township 13$,
Range 28E,
Thence westerly to the southeast corner of Township 12S,
Range 27E,
Thence northerly to the northeast corner of Township 125,
Range 27E,
Thence westerly to the southeast corner of Township 11S,
Range 26E,
Thence northerly to the northeast corner of Township 115,
Range 2.6E,
Thence westerly to the southeast corner of Township 10S,
Range 25E,
Thence northerly to the northeast corner of Township 9S,
Range 25E,
Thence westerly to the southeast corner of Township 8S, Range
24E,
Thence northerly to the northeast corner of Township 8S,
Thence northerly to the northeast corner of Township 8S,
Range 24E,
Thence westerly along the north line of Township 8S to
the intersection with the Fresno County line,
Thence southwesterly and northwesterly along said county line
to the intersection with the southeasterly line of Merced
County,
Thence southwesterly along said county line to the
intersection with theeasterly line of San Benito County,
Thence southerly along said county line to the intersection
withthe easterly line of Monterey County,
Thence southeasterly along said county line to the
intersection with the northwesterly line of Kings County,
Thence northeasterly along the southeasterly line of Fresno
County to the point of beginning.
AREA 2: Remainder of Fresno County.
MADERA COUNTY:
AREA 1: Area within the line beginning at the point of
intersection of Fresno County, Madera County, and Merced
County,
Thence southeasterly and northeasterly along the southerly
line of Madera County to the intersection with the
httn://frwebuate.access.eno.eov/cei-bin/eetdoc_cei2dhname=Davie-Racorar.rinrir1=eA090mq R/71 /m
WAIS Document Retrieval Page 12 of 41
I
I
I•
I
I
I
I
1
I
I
I
t
1
I
northerly line of Township 8S,
Thence westerly to the southeast corner of Township 7S, Range
23E;
Thence northerly to the northeast corner of Township 6S,
Range 23E,
Thence westerly along the north line of Township 6S to the
intersection of the northwesterly line of Madera County,
Thence southwesterly along said county line to the point of
beginning.
AREA 2: Remainder of Madera County.
MARIPOSA COUNTY
AREA 1: Area within the line beginning at the point of
intersection of Stanislaus County with Mariposa County,
Thence southeasterly along the westerly line of Mariposa
County to the intersection of Madera County,
Thence northeasterly along said county line to the
itersection of the southerly line of Township 5S,
Thence westerly to the southeast corner of Township 5S, Range
20E,
Thence northerly to the northeast corner of Township 5S,
Range 20E,
Thence westerly to the southeast corner of Township 4S, Range
19E,
Thence northerly along the range line to the intersection
with the northerly line of Mariposa County,
Thence westerly along said county line to the point of
beginning.
AREA 2: Remainder of Mariposa County.
MONTEREY COUNTY:
AREA 1: Area within a line beginning at the intersection of the
southerly line of Township 19S with the Pacific Ocean,
Thence easterly along the southerly line of Township 19S to
the northwest corner of Township 205, Range 6E,
Thence southerly to the southwest corner of Township 20$,
range 6E,
Thence easterly to the northwest corner of Township 215,
Range 7E,
Thence southerly to the southwest corner of Township 215,
Range 7E,
Thence easterly to the northwest corner of Township 225,
Range 9E,
Thence southerly to the southwest corner of Township 22S,
Range 9E,
Thence easterly to the northwest corner of Township 235,
Range 10E,
Thence southerly to the southwest corner of Township 245,
Range 10E,
Thence easterly along the southerly line of Township 24S to
the southeasterly corner of Monterey County,
Thence northwesterly along said county line to the point of
intersection with the southerly line of Santa Cruz County,
Thence westerly along the northerly line of Monterey County
to the Pacific Ocean,
Thence southerly along. the Pacific Ocean to the point of
beginning.
httn•//fnnrehoate arrece ann anv/rai_hin/aetrinr. rai9dhname=Tlavic_Rarnnx,AnriA=rAO9OO99 R/71 /09
I
I
r
I
I.
I
I
I
I
I
I
I
I
r
I
WAIS Document Retrieval Page 13 of 41
AREA 2: Remainder of Monterey County.
TUOLUMNE COUNTY:
AREA 1: Area within the line beginning at the point of
intersection of the easterly line of Township 2S, Range
19E, with the southerly line of Tuolumne County,
Thence northerly to the northeast corner of Township 1S,
Range 19E,
Thence westerly to the southeast corner of Township 1N, Range
18E,
Thence northerly to the northeast corner of Township 3N,
Range 18E,
Thence westerly to the southeast corner of Township 4N, Range
17E,
Thence northerly to the northeast corner of Township 4N,
Range 17E,
Thence northerly to the northeast corner of Township 4N,
Range 17E,
Thence westerly to the southeast corner of Township 5N, Range
15E,
Thence northerly to the intersection of the county line with
the easterly line of Township 5N, Range 15E,
Thence southwesterly along the county line to the
intersection of the northeasterly line of Stanislaus
County,
Thence southeasterly along said county line to the
southernmost corner of Tuolumne County,
Thence easterly along the county line to the point of
beginning.
AREA 2: Remainder of Tuolumne County.
* ENGI0004L 06/16/2001
POWER EQUIPMENT OPERATORS:
AREA 1:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
GROUP 7
GROUP 8
GROUP 8-A
AREA 2:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
GROUP 7
GROUP 8
GROUP 8-A
Rates Fringes
33.42
31.89
30.41
29.03
27.76
26.44
25.30
24.16
21.95
35.42
33.89
32.41
31.03
29.76
28.44
27.30
26.16
23.95
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
1
I
I
I
I
I
I
I
I
I
I
WAIS Document Retrieval Page 14 of 41
POWER EQUIPMENT OPERATORS - ALL CRANES AND ATTACHMENTS:
AREA 1:
GROUP 1 34.30 12.97
Truck crane oiler 27.33 12.97
Oiler 25.04 12.97
GROUP 2 32.54 12.97
Truck crane oiler 27.07 12.97
Oiler 24.83 12.97
GROUP 3 30.80 12.97
Truck crane oiler 26.83 12.97
Hydraulic 26.44 12.97
Oiler 24.55 12.97
AREA 2:
GROUP 1
Truck crane oiler
Oiler
GROUP 2
Truck crane oiler
Oiler
GROUP 3
Truck crane oiler
Hydraulic
Oiler
36.30
29.33
27.04
34.54
29.07
26.83
32.80
28.83
28.44
26.55
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
POWER EQUIPMENT OPERATORS - PILEDRIVERS:
GROUP 1 34.64 12.97
Truck crane oiler 27.66 12.97
Oiler 25.11 12.97
GROUP 2 32.82 12.97
Truck crane oiler 27.41 12.97
Oiler 25.11 12.97
GROUP 3 31.14 12.97
Truck crane oiler 27.12 12.97
Oiler 24.89 12.97
GROUP 4 29.37 12.97
GROUP 5 26.73 12.97
GROUP 6 24.50 12.97
POWER EQUIPMENT OPERATORS - STEEL ERECTION:
GROUP 1 35.27 12.97
Truck crane oiler 27.95 12.97
Oiler 25.72 12.97
GROUP 2 33.50 12.97
Truck crane oiler 27.73 12.97
Oiler 25.45 12.97
GROUP 3 32.02 12.97
Truck crane oiler 27.46 - 12.97
Hydraulic 27.07 12.97
Oiler 25.23 12.97
GROUP 4 30.00 12.97
GROUP 5 28.70 12.97
POWER EQUIPMENT OPERATORS TUNNEL AND UNDERGROUND WORK:
AREA 1:
UNDERGROUND:
GROUP 1-A 31.89 12.97
GROUP 1 29.42 12.97
GROUP 2 28.16 12.97
httn•//frwehoate arnecc onn anv/noi-hin/oetdnr noi?dhname=flavis-Rarnnkrinnid=CA07(1079 R/21 /02
I
t
I
I
1
I
I
WATS Document Retrieval
GROUP 3
GROUP 4
GROUP 5
SHAFTS, STOPES AND RAISES:
GROUP 1-A
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
AREA 2:
UNDERGROUND:
GROUP 1-A
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
SHAFTS, STOPES AND RAISES:
GROUP 1-A
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
26.83
25.69
24.55
31.99
29.52
28.26
26:93
25.79
24.65
33.89
31.42
30.16
28.83
27.69
26.55
33.99
31.52
30.26
28.93
27.79
26.65
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
12.97
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.; 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; Crane mounted continuous flight tie back machine; 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; 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;
Page 15 of 41
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
I
I
1
I
I
I
I
1
I
I
I
I
WAIS Document. Retrieval Page 16 of 41
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); Timber skidder; Track loader up to 4 yds.; Tractor -drawn
scraper; Tractor, compressor drill combination; Welder; Woods -
Mixer (and other similar Pugmill equipment)
GROUP 5: Cast -in -place pipe laying machine; Combination slusher
and motor operator; Concrete conveyor or concrete pump, truck or
equipment mounted; Concrete conveyor, building site; Concrete
pump or pumperete gun; Drilling equipment, Watson 2000, Texoma
700 or similar; Drilling and boring machinery, horizontal (not to
apply to waterliners, wagon drills or jackhammers); Concrete
mixer/all; Person and/or material hoist; Mechanical finishers
(concrete) (Clary, Johnson, Bidwell Bridge Deck or similar
types); Mechanical burm, curb and/or curb and gutter machine,
concrete or asphalt); Mine or shaft hoist; Portable crusher;
Power jumbo operator (setting slip -forms, etc., in tunnels);
Screed (automatic or manual); Self-propelled compactor with
dozer; Tractor with boom D6 or smaller; Trenching machine,
maximum digging capacity over 5 ft. depth; Vermeer T -600B rock
cutter or similar
GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom -
type backfilling machine; Assistant plant engineer; Bridge and/or
gantry crane; Chemical grouting machine, truck -mounted; Chip
spreading machine operator; Concrete saw (self-propelled unit on
streets, highways, airports and canals); Deck engineer; Drilling
equipment Texoma 600, Hughes 200 Series or similar up to and
including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator;
Hydro -hammer or similar; Line master; Skidsteer loader, Bobcat
larger than 743 series or similar (with attachments); Locomotive;
Lull hi -lift or similar; Oiler, truck mounted equipment; Pavement
breaker, truck -mounted, with compressor combination; Paving
fabric installation and/or laying machine; Pipe bending machine
(pipelines only); Pipe wrapping machine (tractor propelled and
supported); Screed (except asphaltic concrete paving); Self-
propelled pipeline wrapping machine; Soils & materials tester;
Tractor
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
httn://frweheate.access.¢nn_,nv/coi-hin/vetdnnraigdhname=llavic_Rarnng dnniA=rtallAMO Rn! Nl',
I
I
I
1
I
I
I
1
I
I
I
I
I
p
I
WAIS Document Retrieval Page 17 of 41
(without dozer); Signalperson; Slip -form pumps (lifting device
for concrete forms); Tie spacer; Tower mobile; Trenching machine,
maximum digging capacity up to and including 5 ft. depth; Truck -
type loader
GROUP 8: Bit sharpener; Boiler tender; Box operator;
Brakeperson; Combination mixer and compressor (shotcrete/gunite);
Compressor operator; Deckhand; Fire tender; Forklift (under 20
ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic
monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump
operator; Refrigeration plant; Reservoir -debris tug (self-
propelled floating); Ross Carrier (construction site); Rotomist
operator; Self-propelled tape machine; Shuttlecar; Self-propelled
power sweeper operator (includes vacuum sweeper); Slusher
operator; Surface heater; Switchperson; Tar pot firetender;
Tugger hoist, single drum; Vacuum cooling plant; Welding machine
(powered other than by electricity)
GROUP 8-A: Elevator operator; Skidsteer loader - Bobcat 743
series or smaller, and similar (without attachments); Mini
excavator under 25 H.P. (backhoe - trencher)
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
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; Mobile self -erecting tower
crane (Potain) over three (3) stories
GROUP 3: Clamshell and dragline up to and including 1 cu. yd.;
Crane, 45 tons and under; Self-propelled boom -type lifting
device, 45 tons and under; Truck -mounted rotating telescopic boom
type lifting device, Manitex or similar (boom truck) - under 15
tons; Boom truck or dual purpose A -frame truck, non -rotating,
over 15 tons
GROUP 3A: Mobile self -erecting tower crane (Potain) three (3)
stories or under
POWER EQUIPMENT OPERATORS - 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
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom -type lifting device 45 tons and under; Skid/scow
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
1
1
I
I
I
I
I
I
i
I
I
I
I
WAIS Document Retrieval Page 18 of 41
piledriver, any tonnage; Truck crane or crawler, land or barge
mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: neckband; Fire tender
POWER EQUIPMENT OPERATORS - 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
POWER EQUIUPMENT OPERATORS: 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, CONTRA COSTA, KINGS, MERCED, SAN BENITO, SAN
FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ AND
STANISLAUS COUNTIES
AREA 2 - The remaining counties are split between Area 1 and
Area 2 as noted below:
httn://frwebeate.access.tmn.env/cei-bin/getdnc.cvi?dhname=Davis-Rarnn/Gel nrirl=CA(»nMo Rill/Al
I
I
I
I
I
I
I
I
I
r
I
r
I
I
I
I
I
I
I
WAIS Document Retrieval Page 19 of 41
CALAVERAS COUNTY:
AREA 1: Area within the line beginning at the southernmost
point of Calaveras County,
Thence northerly along the southeasterly county line to the
intersection with the easterly line of Range 15 East,
Thence northerly to the northeast corner of Township 5N,
Range 15E,
Thence westerly to the southeast corner of Township 6N, Range
14E,
Thence northerly along the range line to the intersection
with the northerly line of said county,
Thence westerly and southerly along the county line to the
point of beginning.
AREA 2: Remainder of Calaveras County.
FRESNO COUNTY:
AREA 1: Area within the line beginning at the southeast corner
of Township 13S, Range 28E,
Thence northerly to the northeast corner of Township 135,
Range 28E,
Thence westerly to the southeast corner of Township 12S,
Range 27E,
Thence northerly to the northeast corner of Township 12S,
Range 27E,
Thence westerly to the southeast corner of Township 11S,
Range 26E,
Thence northerly to the northeast corner of Township 11S,
Range 26E,
Thence westerly to the southeast corner of Township 10S,
Range 25E,
Thence northerly to the northeast corner of Township 9S,
Range 25E,
Thence westerly to the southeast corner of Township BS, Range
24E,
Thence northerly to the northeast corner of Township 8S,
Range 24E,
Thence westerly along the north line of Township 8S to
the intersection with the Fresno County line,
Thence southwesterly and northwesterly along said county line
to the intersection with the southeasterly line of Merced
County,
Thence southwesterly along said county line to the
intersection with the easterly line of San Benito County,
Thence southerly along said county line to the intersection
with the easterly line of Monterey County,
Thence southeasterly along said county line to the
intersection with the northwesterly line of Kings County,
Thence northeasterly along the southeasterly line of Fresno
County to the point of beginning.
AREA 2: Remainder of Fresno County.
MADERA COUNTY:
AREA 1: Area within the line beginning at the point of
intersection of Fresno County, Madera County, and Merced
County,
Thence southeasterly and northeasterly along the southerly
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&doeid=CA020029 8/21/02
WAIS Document Retrieval Page 20 of 41
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
line of Madera County to the intersection with the
northerly line of Township 8S,
Thence westerly to the southeast corner of Township 7S, Range
23E,
Thence northerly to the northeast corner of Township 6S,
Range 23E,
Thence westerly along the north line of Township 6S to the
intersection of the northwesterly line of Madera County,
Thence southwesterly along said county line to the point of
beginning.
AREA 2: Remainder of Madera County.
MARIPOSA COUNTY
AREA 1: AREA 1: Area within the line beginning at the point of
intersection of Stanislaus County with Mariposa County,
Thence southeasterly along the westerly line of Mariposa
County to the intersection of Madera County,
Thence northeasterly along said county line to the
itersection of the southerly line of Township 5S,
Thence westerly to the southeast corner of Township 5S, Range
20E,
Thence northerly to the northeast corner of Township 5S,
Range 20E,
Thence westerly to the southeast corner of Township 4S, Range
19E,
Thence northerly along the range line to the intersection
with the northerly line of Mariposa County,
Thence westerly along said county line to the point of
beginning.
AREA 2 : Remainder of Mariposa County
MONTEREY COUNTY:
AREA 1: Area within a line beginning at the intersection of the
southerly line of Township 19S with the Pacific Ocean,
Thence easterly along the southerly line of Township 19S to
the northwest corner of Township 20S, Range 6E,
Thence southerly to the southwest corner of Township 20S,
range 6E,
Thence easterly to the northwest corner of Township 21S,
Range 7E,
Thence southerly to the southwest corner of Township 21S,
Range 7E,
Thence easterly to the northwest corner of Township 22S,
Range 9E,
Thence southerly to the southwest corner of Township 22S,
Range 9E,
Thence easterly to the northwest corner of Township 23S,
Range 10E,
Thence southerly to the southwest corner of Township 24S,
Range 10E,
Thence easterly along the southerly line of Township 24S to
the southeasterly corner of Monterey County,
Thence northwesterly along said county line to the point of
intersection with the southerly line of Santa Cruz County,
Thence westerly along the northerly line of Monterey County
to the Pacific Ocean,
Thence southerly along the Pacific Ocean to the point of
httn•//frwehaate arraec onn anv/r.ai_hin/aetrine cai9Ahname=Tlairic_RarnnRnAnniA=f'AA7fll170 R/71 /M
WAIS Document Retrieval Page 21 of 41
I
I
1
1
I
r
I
I
I
I
1
I
I
I
I
beginning.
AREA 2: Remainder of Monterey County.
TUOLUMNE COUNTY:
AREA 1: Area within the line beginning at the point of
intersection of the easterly line of Township 2S, Range
19E, with the southerly line of Tuolumne County,
Thence northerly to the northeast corner of Township 1S,
Range 19E,
Thence westerly to the southeast corner of Township 1N, Range
18E,
Thence northerly to the northeast corner of Township 3N,
Range 18E,
Thence westerly to the southeast corner of Township 4N, Range
17E,
Thence northerly to the northeast corner of Township 4N,
Range 17E,
Thence northerly to the northeast corner of Township 4N,
Range 17E,
Thence westerly to. the southeast corner of Township 5N, Range
15E,
Thence northerly to the intersection of the county line with
the easterly line of Township 5N, Range 15E,
Thence southwesterly along the county line to the
intersection of the northeasterly line of Stanislaus
County,
Thence southeasterly along said county line to the
southernmost corner of Tuolumne County,
Thence easterly along the county line to the point of
beginning.
.AREA 2: Remainder of Tuolumne County.
IRON0001U 07/01/2002
Rates Fringes
ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA,
MARIPOSA, MERCED, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN
MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES:
IRONWORKERS:
Fence erector 25.97 15.29
Ornamental, reinforcing and
structural 26.86 15.29
IRON0001V 07/01/2002
MONTEREY COUNTY:
Rates Fringes
IRONWORKERS:
Fence erector 25.97 15.29
Ornamental, reinforcing and
structural 26.86 15.29
FOOTNOTE: Work at the Army Defense Language Institute, and the
Naval Post Graduate School additional $2.00per hour.
I
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 22 of 41
I
1
I
p
1
I
I
I
1
r
I
I
I
I
I
LAB00036A 07/01/2001
SAN FRANCISCO AND SAN MATEO COUNTIES:
BRICK TENDER
Rates Fringes
23.32 9.61
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.
LAB00036B 07/01/2001
SAN FRANCISCO AND SAN MATEO COUNTIES:
PLASTERER TENDER
Rates Fringes
23.32 9.69
FOOTNOTES: Work on a suspended scaffold: $5.00 per day
additional. Work operating a plaster mixer pump gun: $1.00
hour additional.
per
LAB00067B 12/01/2001
ALAMEDA, CALAVERAS, CONTRA
MARIPOSA, MERCED, MONTEREY,
SAN FRANCISCO, SAN JOAQUIN,
COUNTIES:
ASBESTOS REMOVAL LABORER
Rates Fringes
COSTA, FRESNO, KINGS, MADERA,
SAN BENITO, SAN MATEO, SANTA CLARA,
SANTA CRUZ, STANISLAUS, AND TUOLUMNE
10.30 2.11
SCOPE OF WORK:
Covers 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.
LAB00067R 06/24/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
LABORERS:
Construction specialist group
Group 1
Group 1-a
GROUP 1-b: see note below
GROUP 1-c
GROUP 1-d: see note below
GROUP 1-e
GROUP 1-f
GROUP 1-g (Contra Costa County)
GROUP 2
23.34
22.64
22.86
9.08
9.08
9.08
22.69 9.08
23.19
21.22
21.36
21.49
9.08
9.08
8.08
9.08
http://frwebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
WAIS Document Retrieval Page 23 of 41
GROUP 3
GROUP 4
21.39 9.08
15.08 9.08
See groups 1-b and 1-d under laborer classifications.
GUNITE LABORERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
WRECKING WORK:
GROUP 1
GROUP 2
GROUP 3
23.60
23.10
22.51
22.39
22.64
22.49
16.08
9.08
9.08
9.08
9.08
9.08
9.08
9.08
GARDENERS, HORTICULTURAL AND LANDSCAPE LABORERS:
New construction 22.39 9.08
Establishment warranty period 16.08 9.08
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,
MONTEREY, SAN BENITO, SANTA CRUZ, SAN JOAQUIN, STANISLAUS
AND TUOLUMNE COUNTIES:
LABORERS:
Construction specialist group
Group 1
Group 1-a
GROUP 1-b: see note below
GROUP 1-c
GROUP 1-d: see note below
GROUP 1-e
GROUP 1-f
GROUP 2
GROUP 3
GROUP 4
22.34
21.64
21.86
8.13
8.13
8.13
21.69 8.13
22.19
21.22
21.49
21.39.
15.08
See groups 1-b and 1-d under laborer classifications.
GUNITE TARORERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
WRECKING WORK:
GROUP 1
GROUP 2
GROUP 3
23.60
23.10
22.51
22.39
22.64
22.49
16.08
GARDENERS, HORTICULTURAL AND LANDSCAPE LABORERS:
New construction 21.39
Establishment warranty period 15.08
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
8.13
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.
http://frwebgate.access.gpo.gov/cgi-bin/getdoo.cgi?dbname=Davis-Bacon&docid=CA020029 R/21/62
WAIS Document Retrieval Page 24 of 41
I
I
f
I
I
I
I
I
1
I
I
r
I
I
1
1
I
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work; Masonry
and plasterer tender; 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; Compactors of all types; Concrete and magnesite mixer,
1/2 yd: and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it
machine; Faller, logloader and bucker; Form raiser, slip forms;
Green cutter; Headerboard, Hubsetter, aligner, by any method;
High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over);
Hydro seeder and similar type; Jackhammer operator; Jacking of
pipe over 12 inches; Jackson and similar type compactor; Kettle
tender, pot and worker applying asphalt, lay-kold, creosote,
lime, caustic and similar type materials (applying means
applying, dipping or handling of such materials); Lagging,
sheeting, whaling, bracing, trenchjacking, lagging hammer;
Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of voids;
Pavement breaker and spader, including tool grinder; Perma
curb; Pipelayer (including grade checking in connection with
pipelaying); Precast -manhole. setter; Pressure pipe tester; Post
hole digger, air, gas and electric; Power broom sweeper; Power
tampers of all types (except as shown in Group 2); Ram set gun
and stud gun; Riprap stonepaver and rock-slinger, including
placing of sacked concrete and/or sand (wet or dry) and gabions
and similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and rigging;
Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull
float in connection with laborers' work; Vibrator; Hazardous
waste worker (lead removal); Asbestos and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143
and similar type drills; Track driller; Jack leg driller; Wagon
driller; Mechanical drillers, all types regardless of type or
method of power; Mechanical pipe layers, all types regardless of
type or method of power; Blaster and powder; All work of
loading, placing and blasting of all powder and explosives of
whatever type regardless of method used for such loading and
placing; High scalers (including drilling of same); Tree topper;
Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group
1 wage rates. "Sewer cleaner" means any worker who handles or
comes in contact with raw sewage in small diameter sewers. Those
who work inside recently active, large diameter sewers, and all
recently active sewer manholes shal receive $5.00 per day above
Group 1 wage rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
http://fnvebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
1
I
I
I
I
I
I
I
I
I
I
1
a
WAIS Document Retrieval Page 25 of 41
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $ .25 per
hour above their regular rate for all work performed on
underground structures not specifically covered herein. This
paragraph shall not be construed to apply to work below ground
level in open cut. It shall apply to cut and cover work of
subway construction after the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing is a
hole 15 feet or more in depth.) In the event the depth of the
footing is unknown at the commencement of excavation, and the
final depth exceeds 15 feet, the deep footing wage rate would
apply to all employees for each and every day worked on or in the
excavation of the footing from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting or
shot crete
GROUP 1 -g, -CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe
tester; No joint pipe and stripping of same, including repair of
voids; Precast manhole setters, cast in place manhole form
setters
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke -setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and grinding;
Concrete laborer (wet or dry); Driller tender, chuck tender,
nipper; Guinea chaser (stake), grout crew; High pressure nozzle,
adductor; Hydraulic monitor (over 100 lbs. pressure); Loading
and unloading, carrying and hauling of all rods and materials for
use in reinforcing concrete construction; Pittsburgh chipper and
similar type brush shredders; Sloper; Single foot, hand-held,
pneumatic tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher; Fence
erector; Guardrail erector; Gardener, horticultural and
landscape laborer; Jetting; Limber, brush loader and piler;
Pavement marker (button setter); Maintenance, repair track and
road beds; Streetcar and railroad construction track laborer;
Temporary air and water lines, Victaulic or similar; Tool room
attendant (jobsite only)
GROUP 4: All 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
http://frwebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
WAIS Document Retrieval
and oiling and moving to the next point of erection".
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural nozzle operator
GROUP 2: Nozzle operator (including gun, pot); Ground person
GROUP 3: Rebound
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)
GROUP 3: General laborer (includes all clean-up work, loading
lumber, loading and burning of debris)
LAB00067N 06/30/2002
TUNNEL AND SHAFT LABORERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
Rates Fringes
27.00
26.77
26.52
26.25
26.07
25.53
9.08
9.08
9.08
9.08
9.08
9.08
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamohd driller; Ground person; Gunite and shotcrete
nozzle operator
GROUP 2: Rod person; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powder person -
heading; Cherry picker operator - where car is lifted; Concrete
finisher in tunnel; Concrete screed person; Grout pump operator
and pot person; Gunite & shotcrete gun person & pot person;
Header person; High pressure nozzle operator; Miner - tunnel,
including top and bottom person on shaft and raise work; Nipper;
Nozzle operator on slick line; Sandblaster - pot person
GROUP 4: Steel form raiser and setter; Timber person, retimber
person (wood or steel or substitute materials therefore); Tugger
(for tunnel laborer work); Cable tender; Chuck tender; Powder
person - primer house
GROUP 5: Vibrator operator, pavement breaker; Bull gang
muckers, track person; Concrete crew - includes rodding
spreading
and
GROUP 6: Dump person (any method); Grout crew; Rebound person;
Swamper
LAB00073C 07/01/2001
Rates Fringes
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
Page 26 of 41
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 R/71 /n9
I
I
I
I
I
I
I
i
I
I
I
I
I
I
I
I
I
1
I
WAIS Document Retrieval
BRICK TENDER
23.34 5.36
LAB00073E
CALAVERAS,
STANISLAUS
01/01/2001
Rates Fringes
FRESNO, KINGS, MADERA,-MARIPOSA, MERCED, SAN JOAQUIN,
AND TUOLUMNE COUNTIES:
PLASTERER TENDER
21.10 8.25
LAB00166A 07/01/1999
ALAMEDA AND CONTRA COSTA COUNTIES:
BRICK TENDER
Rates Fringes
20.90 10.26
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.
LAB00166B- 07/01/1999
ALAMEDA AND CONTRA COSTA COUNTIES:
PLASTERER TENDERS:
Plasterer tender
Gun operator
Rates Fringes
23.25 10.16
24.00 10.16
LAB00185A 07/01/2001
MONTEREY AND SAN BENITO COUNTIES:
BRICK TENDER
Rates Fringes
23.24 5.36
LAB00270A 07/01/2001
SANTA CLARA COUNTY:
BRICK TENDER
Rates
24.05
FOOTNOTE: $2.00 per hour for refactory work where
heat -protective clothing is required.
ANTA CRUZ COUNTY:
BRICK TENDER
Fringes
6.15
23.05 6.15
LAB00270E- 07/01/2000
Rates
SAN BENITO, SANTA CLARA AND SANTA CRUZ COUNTIES:
Fringes
Page 27 of 41
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval
Page 28 of 41
I
I
I
I
I
I
r
I
I
1
I
I
I
I
1
L
All wood framed buildings
four (4) stories or less
and excludes steel structures,
structures with metal studs
PLASTER TENDER
22.68 6.85
All wood framed buildings
five (5) stories or more
includes all steel structures
and all structures with metal
studs
PLASTER TENDER 24.60 6.75
LAB00294A 07/01/2001
FRESNO, KINGS AND MADERA COUNTIES:
BRICK TENDER
Rates
23.64
Fringes
5.36
LAB00297A 09/01/1998
MONTEREY AND SAN BENITO COUNTIES:
PLASTERER TENDER
FOOTNOTE:
Mixer person: $4.00 per day additional.
Rates Fringes
15.95
PAIN0012A 07/01/2001
Rates Fringes
ALAMEDA, CONTRA COSTA, MERCED, MARIPOSA, MONTEREY, SAN BENITO,
SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
SOFT FLOOR LAYER
30.00 11.25
* PAIN0016A 07/01/2002
ALAMEDA AND CONTRA COSTA:
Rates Fringes
PAINTERS:
Work on industrial buildings
(used for the manufacture and
processing of goods for sale or
service); Also, steel construction
(bridges), stacks,towers, tanks and
similar structures):
Brush and Roller - 30.27 9.95
Working over 50 feet 32.27 9.95
100 to 180 feet 34.27 9.95
over 180 feet 36.27 9.95
Spray and Sandblast 31.02 9.95
Working over 50 feet 32.02 9.95
100 to 180 feet 35.02 9.95
over 180 feet 36.02 9.95
Application of Exotic
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 29 of 41
materials 31.02 9.95
Working over 50 feet 33.02 9.95
100 to 180 feet 35.02 9.95
over 180 feet 37.02 9.92
All Other Work:
Brush and Roller
Working over 50 feet
100 to 180 feet
over 180 feet
Application of Exotic
materials
Working over 50 feet
100 to 180 feet
over 180 feet
34.02
36.02
34..77
36.77
30.02
32.02
30.77
32.77
9.95
9.95
9.95
9.95
9.95
9.95
9.95
9.95
* PAIN0016C 08/01/2002
Rates Fringes
CALAVERAS, MARIPOSA, MERCED,MONTEREY, SAN BENITO SAN JOAQUIN,
SANTA CRUZ, STANISLAUS, TUOLUMNE COUNTIES:
DRYWALL FINISHER/TAPER 30.28 8.78
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND
SANTA CLARA COUNTIES:
DRYWALL FINISHER/TAPER 33.43 10.88
PAIN0016H 07/01/2001
FRESNO, KINGS AND MADERA COUNTIES:
DRYWALL TAPER _ 21.83 5.98
PAINTER 20.58 5.98
FOOTNOTES: Paperhangers, and work over 30 feet (does not include
work from a lift): $0.50 per hour additional.
Spray painters and sandblasters: $0.75 per hour additional.
Lead paint abaters: $0.75 per hour additional.
Rates Fringes
PAIN0016K 01/01/1999
FRESNO, KINGS, MADERA AND COUNTIES:
SOFT FLOOR LAYER
Rates Fringes
18.63 4.09
PAIN0016N 07/01/2001
Rates Fringes
MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA AND SANTA CRUZ
COUNTIES:
PAINTER:
28.55 8.62
PAIN0016Q 03/01/1999
Rates Fringes
http://frwebgate.access.gpo.gov/cgi-bie/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
t
1
I
I
1
1
1
r
1
I
1
I
1
1
1
I
WAIS Document Retrieval Page 30 of 41
CALAVERAS AND SAN JOAQUIN COUNTIES:
PAINTERS:
Brush
Sandblaster; Waterblaster;
Steam cleaning
Work with coal tar and exotic
materials
18.05
19.05
19.80
7.23
7.23
7.23
PAIN0016S 11/01/2001
MARIPOSA,
Rates Fringes
MERCED, STANISLAUS, AND TOULUMNE COUNTIES:
PAINTER:
Brush 20.41 7.82
Paperhanger; Spray & Sandblast 21.41 7.82
Hazardous coating, application
and removal 22.16 7.82
PAIN0016Y 07/01/2001 •
SAN FRANCISCO COUNTY:
PAINTER
Rates
29.56
Fringes
8.20
PAIN0169A 07/01/2001
Rates Fringes
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:
GLAZIER 24.75 8.52
PAIN0169E 07/01/2000
Rates Fringes
ALAMEDA AND CONTRA COSTA COUNTIES:
GLAZIER 29.35 9.91
CA020029 - 1
PAIN0169I 07/01/2000
ALAMEDA AND CONTRA COSTA:
SHOWER DOOR INSTALLER
Rates Fringes
23.57 4.60
PAID HOLIDAYS:
New Year's Day, President's Day, Memorial Day, Fourth of July,
Labor Day, Thanksgiving Day, Day after Thanksgiving, and
Christmas Day.
PAIN0718B 07/01/2001
Rates Fringes
SAN FRANCISCOANDSAN MATEO COUNTIES:
http://&webgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
t
I
I
I
I
I
I
I
I
r
I
I
1
I.
I
I
i
WAIS Document Retrieval Page 31 of 41
GLAZIER
29.37 11.09
PAIN0767A 07/01/2001
Rates Fringes
CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
GLAZIER 27.93 8.41
PAID HOLIDAYS: New Year's Day, Washington's Birthday, Memorial
Day, 'Fourth July, Labor Day, Thanksgiving Day, Day after
Thanksgiving Day, and Christmas Day.
FOOTNOTE: Work thirty (30) feet or over free fall: $0.60 per hour
additional.
PAIN1176A 06/26/2000
PARKING LOT STRIPING/HIGHWAY MARKING:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
Service Person (maintenance and
repair of equipment)
Parking Lot, Game Court and
Playground Installer
Rates Fringes
22.84
22.45
19.51
22.15
6.91
6.91
6.91
6.91
13.33 5.87
19.51 6.91
PARKING LOT STRIPING / HIGHWAY MARKING CLASSIFICATIONS
GROUP 1: STRIPER: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape traffic stripes and
markings
GROUP 2: TRAFFIC DELINEATING DEVICE APPLICATOR: Layout and
application of pavement markers, delineating signs, rumble and
traffic bars, adhesives, guide markers, other traffic delineating
devices; includes all related surface preparation (sandblasting,
waterblasting, grinding) as part of the application process
GROUP 3: TRAFFIC SURFACE ABRASIVE BLASTER: Removal of traffic
lines and markings; preparation of surface for coatings and
traffic control devices
GROUP 4: TRAFFIC PROTECTIVE DELINEATING SYSTEMS INSTALLER:
Removes, relocates, installs permanently affixed roadside and
parking delineation barricades, fencing, guard rail, cable
anchor, retaining walls, reference signs, and monument markers
PAIN1237C 06/01/2001
Rates Fringes
CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE
COUNTIES:
SOFT FLOOR LAYER 25.00 7.17
http://fwebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 32 of 41
1
I
I
1
I
r
I
I
r
1
1
I
1
1
PAIN1621A 07/01/2001
Rates Fringes
MONTEREY, SAN BENITO, SANTA CLARA AND SANTA CRUZ COUNTIES:
GLAZIER 30.87 9.59
PLAS0001D 07/01/2001
CEMENT MASON.
Rates
27.18
Fringes
7.58
PLAS0066B 07/01/2001
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES:
PLASTERER
28.76 11.40
PLAS0300A 07/01/2002
FRESNO, KINGS AND MADERA COUNTIES:
PLASTERER 23.53 8.95
Rates Fringes
SAN BENITO, SANTA CLARA AND SANTA
CRUZ COUNTIES:
PLASTERER 28.67 8.98
CALAVERAS AND SAN JOAQUIN COUNTIES:
' PLASTERER 26.34 9.48
MONTEREY COUNTY:
PLASTERER 25.06 9.48
MARIPOSA, MERCED, STANISLAUS AND
TUOLUMNE COUNTIES:
PLASTERER 26.35 9.48
PLUM0036A 01/01/2002
Rates Fringes
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE
COUNTIES:
PLUMBER & STEAMFITTER 28.79 10.94
FRENSO, KINGS AND MADERA COUNTIES:
PLUMBER & STEAMFITTER
28.29 10.94
PLUM0036E 01/01/2000
FRESNO COUNTY:
BUILDING CONSTRUCTION ONLY
PIPE TRADESMAN
Rates Fringes
11.50 4.70
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
I
I
I
i
f
I
I
1
WAIS Document Retrieval Page 33 of 41
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; Flag person
PLUM0036I 01/01/2000
MERCED COUNTY:.
PIPE TRADES PERSON:
Building construction only
Rates Fringes
11.50 4.70
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, layoutand
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 fixturesforremodeling
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; Flag person
PLUM0036U 01/01/2002
Rates - Fringes
MONTEREY AND SANTA CRUZ COUNTIES:
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
I
I
I
e
I
1
I
I
WAIS Document Retrieval Page 34 of 41
PLUMBER & STEAMFITTER
30.54 10.94
PLUM0038A 07/01/2000
SAN FRANCISCO COUNTY:
PLUMBERS:
Work on wooden frame structures
5 stories or less excluding
high-rise buildings and
commercial work such as
hospitals, prisons, hotels
and schools
All other work
LANDSCAPE/IRRIGATION FITTER
Rates Fringes
28.50 17.35
39.00 21.55
27.32 10.15
PLUM0159A 07/01/2002
CONTRA COSTA COUNTY:
Construction of motels
under 4 stories
PLUMBERS & STEAMFITTERS
All other work
PLUMBERS & STEAMFITTERS
Rates Fringes
27.41 9.64
35.21 14.34
PLUM0342A 07/01/2001
ALAMEDA COUNTY
PLUMBERS, PIPEFITTERS
AND STEAMFITTER
Rates Fringes
35.76 13.44
PLUM0355D 07/01/2002
Rates Fringes
ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA,
MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO,
SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES:
LANDSCAPE FITTER; UNDERGROUND UTILITY
WORKER 23.90 4.90
PLUM0393A 07/01/2001
SAN BENITO AND SANTA CLARA COUNTIES:
PLUMBER & PIPEFITTER:
Work on motels and hotels which
do not exceed 4 stories in
height, excluding garages and
parking areas
Rates Fringes
20.64 5.30
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
1
1
1
1
1
1
1
i
1
1
1
1
i
1
1
1
1
1
WAIS Document Retrieval Page 35 of 41
All other work
41.80 10.78
PLUM0467A 07/01/2002
SAN MATEO COUNTY:
PLUMBER, PIPEFITTER, & STEAMFITTER
REFRIGERATION & AIR CONDITIONING
ALL OTHER WORK
Rates Fringes
40.65 12.12
39.40 11.81
ROOF0027C 07/01/2002
FRESNO, KINGS, AND MADERA COUNTIES:
ROOFER
Rates Fringes
21.60 7.15
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: $2.00 per hour
additional.
ROOF0040B 08/01/2001
SAN FRANCISCO & SAN MATEO COUNTIES:
ROOFER
Rates
22.87
Fringes
11.27
RO0F0081A 08/01/2000
Rates Fringes
ALAMEDA AND CONTRA COSTA COUNTIES:
ROOFER 22.80 9.85
ROOF0081E 08/01/2001
Rates Fringes
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
ROOFER
19.8 6.15
ROOF0095B 08/01/1996
Rates Fringes
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
ROOFERS:
Kettle person (2 kettles);
Bitumastic, enameler,
coal tar, pitch and
mastic worker
All other work
26.07 6.75
24.07 6.75
http://fwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 36 of 41
1
1
I
1
1
I
I
I
I
SFCA04B3A 08/01/2001
Rates Fringes
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
SPRINKLER FITTER (FIRE)
36.59 11.20
SFCA0669K 04/01/2002
Rates Fringes
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN
BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
SPRINKLER FITTER (FIRE)
29.35 6.05
SHEE0104A 07/01/2002
ALAMEDA AND CONTRA COSTA COUNTIES:
Work on projects with an HVAC
contract price of $270,000
equipped with packaged units or
a unitary system; Also, tenant
completion work extending from an
existing trunk line or an
existing water or air loop to
registers and/or diffusers; Also,
remodel or add-on contracts on
existing facilities providing the
contract price is $165,000 or
less; Also, architectural sheet
metal contracts of $100,000 or
less; Also, pre-engineered and
pre -manufactured siding
SHEET METAL WORKER
ALL OTHER WORK:
SHEET METAL WORKER
Rates Fringes
31.71 13.47
37.40 13.47
SHEE0104B 07/01/2002
MONTEREY AND SAN BENITO COUNTIES:
SHEET METAL WORKER
Rates Fringes
31.41 10.19
SHEE0104D 07/01/2002
SAN MATEO COUNTY:
Work with an HVAC contract
price of $270,000 equipped
with packaged units or a
unitary system; Also, tenant
completion work extending from
Rates Fringes
nnn amdrai-hirdaeteinr rai?dhname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 37 of 41
an existing trunk line or air
loop to registers and/or
diffusers; Also, remodel or
add-on contracts on existing
facilities providing the
contract price is $165,000 or
less; Also, architectural sheet
metal contracts of $100,000 or
less; Also, pre-engineered and
pre -manufactured siding
SHEET METAL WORKER
ALL OTHER WORK
SHEET METAL WORKER
35.10 11.13
38.55 12.12
SHEE0104E 07/01/2002
SAN FRANCISCO COUNTY:
Work with an HVAC contract
price of $80,000 or less;
Also, tenant completion work
providing the contract price is
$80,000 or less; Also, remodel
or add-on contracts on existing
facilities providing the contract
price is $50,000 or less; Also,
architectural sheet metal
contracts of $100,000 or less;
Also, pre-engineered and
pre -manufactured siding
SHEET METAL WORKER
ALL OTHER WORK:
SHEET METAL WORKER
Rates Fringes
37.09 11.87
37.86 13.00
SHEE0104G 07/01/2002
SANTA CRUZ COUNTY:
SHEET METAL WORKER
Rates Fringes
32.95 9.91
SHEE0104H 07/01/2002
Rates Fringes
SANTA CLARA COUNTY:
Work with an HVAC contract price
of $270,000 equipped with
packaged units or a unitary
system; Also, tenant completion
work extending from an existing
trunk line or air loop to
registers and/or diffusers;
Also, remodel or add-on
contracts on existing facilities
providing the contract price is
http://frwebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
I
I
1
I
1
I
1
I
I
I
1
1
WAIS Document Retrieval Page 38 of 41
$165,000 or less; Also,
architectural sheet metal
contracts of $100,000 or less;
Also pre-engineered and
pre -manufactured siding
SHEETMETAL WORKER
ALL OTHER WORK
SHEET METAL WORKER
36.54 10.77
38.75 12.61
SHEE01040 07/01/2002
Rates Fringes
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
Metal decking and siding only:
SHEETMETAL WORKER
28.17 13.59
SHEE0162A 07/01/2002
CALAVERAS AND SAN JOAQUIN COUNTIES:
SHEET METAL WORKER
Rates Fringes
26.97 10.63
SHEE0162C 07/01/2002
Rates Fringes
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:
SHEET METAL WORKER (excluding metal
deck and siding)
28.18 11.93
SHEE0162D 06/01/2001
FRESNO, KINGS, AND MADERA COUNTIES:
SHEET METAL WORKER
Rates
27.57
Fringes
12.21
SHEE0162M 07/01/1999
Rates Fringes
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN,
STANISLAUS AND TUOLUMNE COUNTIES:
Metal decking and siding only:
SHEET METAL WORKER
29.42 9.52
TEAM0094A 07/01/2002
TRUCK DRIVERS:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
Rates Fringes
23.02
23.32
23.62
23.97
24.32
12.55
12.55
12.55
12.55
12.55
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 39 of 41
I
1
I
I
t
1
1
I
1
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.; Vacuum trucks, under 7,500 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 35 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting
trucks, 7,000 gals. and over; Vacuum trucks, 7,500 gals. and
over; Trucks towing tilt bed or flat bed pull trailers; Lowbed
heavy duty transport; Heavy duty transport tiller person; Self-
propelled street sweeper with self-contained refuse bin; Boom
truck - hydro -lift or Swedish type extension or retracting crane;
P.B. or similar type self -loading truck; Tire repairperson; Truck
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 35 yds. and under 65 yds.; Water pulls
- DW 10's, 20's, 21's and other similar equipment when pulling
Aqua/pak or water tank trailers; Helicopter pilots (when
transporting men and materials); DW10's, 20's, 21's and other
similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker,
Euclid and similar type equipment when pulling fuel and/or grease
tank trailers or other miscellaneous trailers
GROUP 5: Dump trucks, 65 yds. and over; Holland hauler
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
WAIS Document Retrieval Page 40 of 41
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
(29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1
1
1
1
1
1
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour.
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 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, D. C. 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02
11
I
I
1
1
1
I
1
1
I
I,
WATS Document Retrieval Page 41 of 41
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, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020029 8/21/02