Loading...
HomeMy WebLinkAbout240506 Final Bid Documents -Submitted Leonida BuildersEXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $250,000 each qualify as similar for this project. l.Project Title ADA Path Im rovements Contract Amount �Ma.mo�,o_o�-------- Type of Work ADA Path lmpro)Lem..ent ____ _ Client Azusa Unified School District Agency Project Manager Brian Allen =-'-'��=�-------Phone 626-506-6586 % Subcontracted >2% 2.Project Title AlesandroAlley Improvements Phase I ( ProjecLNo. 817-16) Contract Amount $1,429,520.00 ��-�-----------Work includes 34,500 SF of remove road surface and base, 34,500 SF of street and parking lot grading, Type of Work 55-LF of constrcut 8' hi h etaining wall, 9 light pole installations luminaire, 225 LF of construct 6" CFconcrete Curb and Gutter.ADA compliant curb ramp, lower abd raise CVWD manhole cleanout to grade. ..cm, of Palm D Ryan ayler Client Agency Project Manager �10 F�ed Warning Drive Palm Desert, 760-346-0611Phone ...rm�Y.l eJ_@cit ofpalmdesert.org Date Completed Jul 2021 -���--------i Subcontracted 26% 3.Project Title Traweek Concrete Project at Traweek Middle School Bid 22-23-103 Contra ct Amount $J_,Q48 .000 00Sicfew'allfiiffiaCoc!:n=c=re=1=e_,ra-.:e=p=a�1 r=s-1 .-ca=n=-a""s=c=api ng, Type of Work Si ing and stri in ADA Com liance electrical, etc. Client Covina Valle Unified School District Keith D. Kovach Agency P roject Manager kkovach@c-vusd.org Phone 626-97 4-7000--------- Date Completed October 2023 % Subcontracted 0% NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of ·s current financial condition. Bidder's Signature 10 • -' ' - ',, ,, ,, - ,,,,,, l \ '1• f lfi ' 16. Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than three ( 3) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1.The Contractor shall have been in business under the same name and California Contractors License for a minimum of three ( 3) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2.License classification shall be as required by the contract specifications. 3.The Contractor shall have three (3) years of experience in the construction of ADA compliant curb ramps and CDBG work. 4.The Contractor shall perform at least 50% of contract with its own forces. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 1 7. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require 11 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." The form of such certificate is included as part of the contract documents. 18.BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19.EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 2 0. "OR EQUAL": Pursuant to Di vision 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21.EMPLOYMENT OF APPRENTICES: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative Code, Section 200 seq. to ensure compliance and complete understanding of the law regarding apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and 12 all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22.EVIDENCE OF RESPONSIBILITY: Opon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23.WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file 'with the Department of Industrial Relations, Di vision of Labor Statistics and Research. 24.PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Cal trans right-of-way will require a separate permit to be obtained by the Contractor. 25.TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within thirty (30) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of seven hundred and fifty dollars ($750.00) for each calendar day thereafter. 26.CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or 13 Date May 6th BIDDER'S PROPOSAL CITY OF DIAMOND BAR AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. SI24104 I 20 24 ---- To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a)That the only persons or parties interested in this proposal as principals are the following: Panagiotis Leonida / President, Secretary and Treasurer (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b)That this proposal is made without collusion with any person, firm or corporation. (c)That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d)That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e)That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 15 (f)That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g)That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of Seven thousand five hundred seventy dollars and zero cents DOLLARS ( $ $7,570.00 ) . Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10)days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. 32023 Crown Valle_y Road Address of Bidder Acton CA 93510 ---�-------------------City Zip Code 16 909-275-3354 of Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. SI24104 BASE BID SCHEDULE ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE 1 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION. $4,000.00 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB RAMP PER SPPWC STD. 2 6 EA PLAN NO. 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY. $10,500.00 REMOVE EXISTING CURB RAMP OR SIDEWALK AND CONSTRUCT 3 95 SF CONCRETE SIDEWALK PER SPPWC STD PLAN 113-2 and 130-2.$60.00 THERMOPLASTIC TRAFFIC 4 1 LS STRIPING, PAVEMENT MARKINGS, AND CURB MARKINGS. $3 000.00 BASE BID SCHEDULE ITEMS: AMOUNT $4,000.00 $63,000.00 $5 700.00 $3 000.00 TOTAL AMOUNT (IN FIGURES)➔ $75,700.00 BASE BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): ---------- Sevent Five Thousand Seven Hundred Dollars with Zero cents. ADD ALTERNATE SCHEDULE ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT REMOVE EXISTING AA-1 4 EA IMPROVEMENTS AND CONSTRUCT CURB RAMP PER SPPWC STD. 17 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT PLAN NO. 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY. $7,625.00 $30 500.00 REMOVE EXISTING CURB RAMP OR SIDEWALK AND CONSTRUCT AA-2 20 SF CONCRETE SIDEWALK PER SPPWC STD PLAN 113-2 and 130-2.$60.00 $1,200.00 REMOVE EXISTING CROSS AA-3 2, 142 SF GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3.$22.00 $47,124.00 ADD ALTERNATE SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)➔ $110,324.00 ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): ____ _ One Hundred Ten Thousand Three Hundred Twenty Four Dollars with Zero Cents. BASE BID + ADD ALTERNATE SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)➔ I $186,024.00 I BASE BID + ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): One Hundred Ei ht Six Thousand Twent Four Dollars with Zero Cents. Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. 18 All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. The Contractor shall completely fill out the Bid Schedule including Base Bid and Add Alternate. Award of the project shall be determined based on the lowest responsible bidder. The lowest responsible bidder shall be calculated on the sum of "Base Bid" only. Accompanying this proposal is a Bid Bond ---------------- ( Insert "$ $7,570.00 cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. Leonida Builders Inc. Ma 6th 2024 NAME OF BIDDER (PRINT) 32023 Crown Valley Road ADDRESS Acton CITY 896772 Class A, B, and C-8 93510 ZIP CODE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION DATE 909-275-3354 TELEPHONE I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code 28.15. CON Panagiotis Leonida / President, Secretary and Treasurer AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * BID OPENING DATE May 6th, 2024 @3:00 pm PROJECT CDBG Area 4 Curb Ram Pro·ect CDBG PROJECT NO. 602604-23 PROJECT NO. CIP PROJECT NO. Sl24104 City of Diamond Bar Area 4 Residential Neighborhood LOCATION ADA Curb Ramp Improvement Project (Various Locations) CLIENT Cit of Diamond Bar CONTRACTOR Leonida Builders Inc. Name Under License Address Percent Which No. of of Subcontractor Office, Mail, Total is or Contract Licensed Shop PCI Striping CL No. 975 W 1st Street 1.61% Seal Coat 415490 Azu�;:i r.A 91702 Specific Description of Subcontract Thermoplastic Traffic Striping Pavement Markings, and Curb Markings. Item# 4 *In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 20 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1.The contractor is aware of Sections 1 777. 1 and 1 777. 7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2.The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3.The contractor is aware of California Public Contract Code Section 6109, which states: (a)A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b)Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4.The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare California of May 6th under penalty of perjury under the laws of the State of that the foregoing is true and correct. Executed this day , 202i, at Acton, California (place of execution). Name. Panagiotis Leonida Title : President, Secretary and Treasurer Name of Contractor: Leonida Builders Inc. 23 CONTRACTOR'S INDUSTRIAL SAFETY RECORD CDBG PROJECT NO. 602604-23 Project Identification CIP PROJECT NO. SI24104 Bid Date Ma 6th 2024 This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last three calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2021 2022 2023 TOTAL 2024 No. of Contracts 35 30 33 129 31 Total dollar amount of contracts (in 1,000's) $9,272 991.00 $11,293,547.00 $8,295,791.23 $32 034 106.00 $3,171,776.77 No. of lost workday cases 0 0 0 0 0 No. of lost work day cases involving permanent transfer to another job or termination of employment 0 0 0 0 0 No. of lost workdays 0 0 0 0 0 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary -Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. Leonida Builders Inc. Name of Bidder (Print 32023 Crown Valley Road Address Acton, 93510 City Zip Code Signa ure 89677 Class A, B, and C-8 State Contractor's Lie. No. & Class 909-275-3354 Telephone 25 • ' . CALIFORNIA JURAT GOVERNMENT CODE§ 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificatE is attached, and not the tru thfulness, accuracy, or validity of that document. State of California County of [I-$ �fui.,,, KELLY YANIRA ORELLA/'jA Notary Public • California Los Anteles County � commission# 2453896 .,. My Comm, Expires Jul 18, 1027 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this � day of /V7 tj;,�o A, byu Moth � ,,1 �r� (and (2) ______________ ), Name(s) of Signer(s) proved to me on the basis of satisfactory e.Jidence to be the person(s) who appeared be fore me. Signature __ 7.//4�=:J!�/J��·h,���/.����-:---�ry Public �---------------OPTIONAL----------------. Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: C/t{f,al,,,;, /:(w C,;71nr/-z()rJ 8,�- Document Date: /Vlr,f y yH-1 � Number of Pages: ;)-- Signer(s) Other Than Named Above: _______________________ _ ©2019 National Notary Association ) ss ) , In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: May 3, 2024 "Principal" LEONIDA BUILDERS INC "Surety" Developers Surety and Indemnity Company By: �°'00 &.,.,.,qsp, to-::).. Its Rebecca Haas-Bates, Attorney-in-Fact By: ______________Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in­ fact must be attached. ( Seal) (Seal) 35 ..· .. .. . .. : r,.,,: -: .;, � . . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _O_r_an_g�e __________ _ On 05/03/2 02 4 before me, Alma Karen H ernandez, Notary Pub lic Date Here Insert Name and Title of the Officer personally appeared _R_e_be _c_ca_H_aa_s_-B_a_t_es ______________________ _ Name�of Signet(s). who proved to me on the basis of satisfactory evidence to be the person� whose name� is/ai:e subscribed to the within instrument and acknowledged to rne that �she/the¥ executed the same in l'ris/her/the.ir authorized capacity�. and that by h+&/her/thelr signature�on the instrument the person� or the entity upon behalf of which the person� acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public ---------------oPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: _0_5_/0_3_/2_0_2 _4 ___ _ Number of Pages: Two(2) Signer(s) Other Than Named Above: ___________ _ Capacity{ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates □Corporate Officer -Title(s): ______ _□Partner - D Limited □ General D Individual � Attorney in Fact D Trustee D Guardian or Conservator D Other: ______________ _ Signer Is Representing::-----:-----=�------Developers Surety and Indemnity Company Signer's Name: ____________ _ D Corporate Officer -Title(s): ______ _ D Partner - D Limited D General D Individual □ Attorney in Fact D Trustee D Guardian or Conservator D Other: _____________ _ Signer Is Representing: ________ _ � . . " �� ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY FOR COREPOINTll INSURANCE COMPANY DEVELOPERS SlJRF:l'Y ANO INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL BY Tl IESE PIU:$ENTS that, except as expressly limited herein, COREPOINTE INSURANCE COMPANY and DEVELOPf:RS SURETY AND INDF,MNITY COMPANY, do hcn;.by make, constitute and appoint: ...,W�ill"'ia"'-m-'--'--'S'-'y"'-r:..:;ki::..:n_._1 .:..R::..:ic°'"h'°'ac.crd-=--A-'-'d'-'-ia""r"-'-=ac...n-=d_R..c.e.:..b.:..e_c_c_a_H_a_a_s_-_B_a_te_s ________________ , of \rvjne CA as its true and lawful A1lomc -in-Fact, to moke. execute, deliver and acknowl�tlge, for and on behalfofs4id comnnnic-s, as st,rctics, bonds, undcrtakm&s and conlnlcts of surclyship �•v111g and grunting unto said Attomcy-in-Fuct run pm\·cr und 11ulll\lnly to do and tu rcrlimn every net necessary. requisite or proper Lo be done in connection therewith a each of said company co11ld do, but reserving to each of said co111pany full power or substitutic\11 :md revocation, und ull ol' lhe 11cts ol' said Altomcy-in-l'act, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is effective May 3, 2024 ·-·--.,, _____________ and shall expire 011 December 31, 2025. This Power of Attwncy is granted and i� signed under and by authority of the following rcs-,lutio11sudop1cd by the Ooarc.J of Directors ofCOREPOINTE INSUR/\NCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectiwly, "Company") nn February 10, 2023. IWSOI.VED. that Sam Z1m1. Prcsjdcnt, Smcty Und�rwriting. Jome:; Bell. Vjec i'rcs1dcnt. Surety U11dCrMiti11s. and Cmit!. Du"snn. ,��cc11tivc Umkrwritcr Su1'cly. each an employee of Am Trust North America. tnc._ an-affilintc of the Co111pm1y (the uAuthorizetl Signors"). arc h�rchy authori7.L'tl ti execute i1 Powi:r of Attorney, qualiiying uttomey(s)-in-fact named in the Power of Attorney to execute, on behalf of Lhc Company. bonds, undertakings and contrncls or surctyship, or other surctyship obligations: and thut the Secretary or any Assistant Secretary oflhe Company be, and each of them hereby is, authorized to attest the execution of any such Power ofAUorncy. Rl:SOL VEI), Lhul the signature of any one or the A11thoriz.cd Signors and the Secretary or nny Assistant Secretary ol'thc '<>mpany, 111lll the seal ol'the Company must be ni'li�cd to ony such Powcrofi\ttorney, and nny such signoturc or ,eal lllay be anixcd by foc;;imile, and Sl1cl1 l'mwrof Atlomey shall he valid and binding upon the Compa11y when st, ullixcd and in ti JC l'ulurc with respect to ony bond, lmtlcrtuking or controct of s111ctyship to wh1d1 it is allachcd. IN WITNESS WHEREOF, COREl'OINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have cm1stxl these p"-sents to be ·1 itlc: President, Surety Underwriting ACKNOWLEDGEMENT: A notary public or other officer completing this ce11ificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STA TE OF _C�'a�l�il<.:..>r�n_in _________ _ COlJNTY OF_O_r_m_,��e ________ _ On this n._ day of March . 2011..._. before me. J:!Q�ng-Quvcn l'hu Phum . personally appeared ----"'S""a1""'11-=Z-".az=a _______ _ who proved tn me 011 the basis of satisfoclory evidence to be the person whose name is suhscribcd to within the instrument and acknowledged lo me that they executed the same in their authorized capacity. and lhal by the signature on Lhe instrument !he entities upon behalf which the person acted. executed this instrument I certify, umkr penalty of perjury. under Lhc laws or the Stale of_C_'a_l�ir�or_n_ia�--------that the foregoing paragraph is true and correct. WITNESS my hnnd and oflicial seal. CORPORATE CERTIFICATION ......•. f H=���� �lrr��i z Orall!e County � Commission # 2432970 l • My Comm. Expires Dec 31, 2026 Iu u u 'n,c 11n1krs11;11c..J. the Sccrctury or Ass1s111nl Sctrctury or COREPOINTE INSURANCE C ) l'f\NY and I INLJ.Ol'UlS SlJIH'TY /\NI l 1NI l:MNl'rY COMPANY. docs herehy c�rtify Lhnt lhe provis1(111S ufthc resolutions of the 1t:spcc1ivc lloards o ',J)ir·ctor;:i.o • .. fitl1e05P.om11ons set lonh in Lh1s Power or Altorncfire in force os riflhc date oflhis C'crtilicmion, • ' �' This Certilil-11Llnn is executed in the Cny of Cleveland, Ohio, this Mnrch 1 1), 2025. � :' DocuSlgned by• Oy,_ .....,. __________ _ 686415E7 ADES4 ec_ (3arry W DocuSignEnvelopel0:3352BFD6-5E9D-4 796-837E-C 1 E455E6530F . . ... c.� ,; .. , 110A N11. _N_/A ____ _ Et!. 0323 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§ 1189 ����l������®ilv!J!tl;>l-_i9)"(2';*1��i}DiO A notary public or other officer completing this certificate verifies only the identity of the individual who signed the documentto which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed tl1e instrument. KELLY YANIRA ORELLANA Notary Public • California Los Angeles County Commission # 245 3896 My Comm. Expires Jul 18, 2027 I certify under PENAL TY OF PERJURY under the laws of the State of California that the foreg oing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal and/or Stamp Above OPTIONAL Co mpleting this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Pl 4 �, Title or Type of DocumehJA � Document Date: C/YI tt,-fj, 57, � Number of Pages: --,fi---Signer(s) Other Than Named ki ove: _______________________ _ □Individual □Attorney in Fact□Trustee □ Guardian or Conservator□Other:Signer is Representing: _________ _ ' me: _______ __,_ __ o IndividualoTrusteeD Other: ' . Signer is Representing:--,-+---------- ���'J4..�����l.1®1l}l8§a,8M}lOOil:�U®���$i§lOOO:�#.� ©2018 National Notary Association CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1.To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2.To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.To take affirmative steps to hire minority employees within the company. FIRM Leonida Builders Inc. IGNING President, Secreta and Treasurer SIGNATURE f7'--J•-----------------DATE May 6th, 2024 Please incl u · e any additional information available regarding equal opportunity employment programs now in effect within your company: N/A 36 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder X , proposed subcontractor ___ , hereby certifies that he has X , has not ____ , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has X , has not , 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 filing requirements. Leonida Builders Inc. (COMPANY) BY: Pana iotis Leonida President Secreta (TITLE) DATE: May 6th , 20 24 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 $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§ 1189 ��� ·g��!ilffilAA�flffi<�ml��iifl�HiH�>tlvll$l�J} A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the wi thin instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KELLY YANIRA ORELLANA :i; Notary Public • Callfornla z :. ���;!;; Los Angeles County !1 t , Commission II 2453896 �-0,,, ·a "• ·My Comm, Expires Jul 18, 2027 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PEl�JURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL Completing this information can deter alteration of the document or frau dulent reattachment of this form to an unintended document. Document Date: __ _ ______ Number of Pages: Si ner's Name: ____________ _ Capacity(ies) +:porate "fl:.��'//_,�-!::!::."e:{).� Corporate Officer -Title(s): ______ _ □Attorney in Fact□Trustee □Guardian or Conservator□Other: Signer is Representing: _________ _ D Partner -□ Limited D General □Individual □Attorney in Fact□Trustee □Guardian or Conservator D Other: Signer is Representing: _________ _ �l,'1-)ll��tl�❖gffi���9�ffll®8❖l.fiU�fl�(�ffl+)11��� ©2018 National Notary Association COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION NameofFirm: Leonida Builders Inc. Address: --�3 ..... 2-0 ......... ? .... 3�C .......... ra�w�□-V�a ........... l le ..... y_.,__._R�o ...... a ...... d....._ ____ �A ...... c�ta�□�----------­ State: California Zip Code: 93510 Telephone Number: ( 909 ) 275-3354 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Los Angeles County Development Authority (LAGOA). 1)It is understood that each person/entity/firm who applies for a Los Angeles County Development Authority contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93-0031) and; 2)That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3)That any person/entity/firm who seeks a contract with the Los Angeles County Development Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. 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 contract with Los Angeles County and the Los Angeles County Development Authority. Authorized Official: Leonida Builders Inc. By: Panagiotis Leonida (Contn1cto1/Subco11t1c1cto1) (Sigm1tu1e) May 6th, 2024 President, Secretary and Treasurer (Dale) (Title) ., U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT REPORT OF ADDITIONAL CLASSIFICATION AND RATE HUD FORM 4230A 0MB Approval Number 2501-0011 (Exp 8/31/2022) 1.FROM (name and address of requesting agency) Department of Public WorksCity OF Diamond Bar2181 O Copley DriveDiamond Bar, California 91765 4. BRIEF DESCRIPTION OF PROJECT Work Includes removal of existing sidewalk and curb & gutter and the construction of new PCC curb ramps with curb & gutter and minimum 2'HMA plug: and other incidental and appurtenant work necess.iry [or theproper construction of the contemplated improvements_ 2.PROJECT NAME AND NUMBER Area 4 Residential Neighborhood ADA Curb Ramp Improvement Project CDBG Project No. 602604-23 GIP Pro�ect No. Sl24104 -3� LOCAT ON OF PROJECT (City.County and State) City of Diamond Bar Los Angeles County California 5. CHARACTER OF CONSTRUCTION D Building D Residential D Heavy �Other (specify)D Highway ADA Compliance Work/Products Sidewalk Curb & outter Storm Sewer & Drainaoe 6.WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE DATE (LOCK-IN): � COPY ATTACHED Advertisment 05/01/2024 8. WORK CLASSIFICATION(S) HOURLY WAGE RATES Laborer Operator Cement Mason Plumbing Sewer and Storm Drain Highway Signing and Striping BASIC WAGE The higher rate between CA20240022 (Federal) or DIR trade specific 2024-1 General prevailing wage. ft-c afMJ FRINGE BENEFIT(S) (if any) The higher rate between CA20240022 (Federal) or DIR trade specific 2024-1 General prevailing wage. � a��( 9. PRIME CONTRACTOR (name. address) Leonida Builders Inc. 9a. 10. SUBCONTRACTOR/EMPLOYER, IF APPLICABLE (name, address) 32023 Crown Valley Road D Agree Acton. CA 93510 _,1 9b. SIGNATURE " I DATE Mav 6th. 2024 D Disagree I Check Ail nJt Apply:) D The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision The proposed classification is utilized in the area by the construction industry. [X] □The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. The interested parties. including the employees or their authorized representatives, agree on the classification(s) and vyage rate(s). Supporting documentation attached, including applicable wage dec1s1on. I Check One:i D Approved, meets all criteria. DOL confirmation requested. D One or more classifications fail to meet all criteria. DOL decision requested. Agency Representative (Typed name and signature) Date Phone Number FOR HUD USE ONLY LR2000: Log in: Log out: I\ . .__ _________________________________ H_l..,,.ID-A ... 2,...10 ... A-(8-... I-O)_P __ R ... EV--IO_u ... s"""rn--ir--1o""'N--IS--o""'ss"""o ... LE"""T-"E "General Decision Number: CA20240022 04/12/2024 Superseded General Decision Number: CA20230022 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Los Angeles County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). !If the contract is enteredinto on or after January 30, 12022, or the contract is renewed or extended (e.g., an !option is exercised) on orafter January 30, 2022: I I I I I Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. I ______________ --------------I If the contract was awarded onl. l or between January 1, 2015 andl January 29, 2022, and the I contract is not renewed or I. extended on or after January I 30, 2022: I I Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least I $12.90 per hour (or the I applicable wage rate listedl on this wage determination, I if it is higher) for all I hours spent performing on I that contract in 2024. I •-------------_____________ I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 1 01/12/2024 2 02/02/2024 3 02/09/2024 4 02/23/2024 5 03/08/2024 6 04/12/2024 ASBE0005-002 09/01/2023 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 49.58 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ........................... $ 36.97 ASBE0005-004 07/04/2022 Rates Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 23.52 BOIL0092-003 01/01/2024 Rates BOILERMAKER ...................... $ 51.98 *BRCA0004-007 05/01/2020 Rates BRICKLAYER; MARBLE SETTER .... , ... $ 41,53 25.27 20.36 Fringes 13.37 Fringes 42.11 Fringes 19.48 *The wage scale for prevailing wage projects performed inBlythe, China lake, Death Valley, Fort Irwin, Twenty-NinePalms, Needles and 1-15 corridor (Barstow to the NevadaState Line) will be Three Dollars ($3.00) above thestandard San Bernardino/Riverside County hourly wage rate BRCA0018-004 06/01/2022 Rates MARBLE FINISHER .................. $ 37.87 TILE FINISHER .................... $ 32.44 TILE LAYER ....................... $ 45.05 BRCA0018-010 09/01/2022 Rates TERRAZZO FINISHER ................ $ 38.37 TERRAZZO WORKER/SETTER ........... $ 46.49 CARP0213-001 07/01/2021 CARPENTER (1)Carpenter, CabinetInstaller, InsulationInstaller, Hardwood FloorWorker and acoustical Rates installer ................... $ 51.60 (2)Millwright .............. $ 52.10 (3)Piledrivermen/DerrickBargeman, Bridge or Dock Fringes 14.13 12.54 18.33 Fringes 14.13 14.66 Fringes 16.28 16.48 Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................ $ 51. 73 (4)Pneumatic Nailer,Power Stapler ............... $ 51. 85 (5)Sawfiler ............... $ 51.69 (6)Scaffold Builder ....... $ 42.80 (7) Table Power Saw Operator .................... $ 51. 70 16.28 16.28 16.28 16.28 16.28 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre-drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. CARP0213-002 07/01/2021 Rates Diver ( 1) Wet ..................... $ 834 . 40 (2)Standby ................. $ 445.84 (3) Tender .................. $ 437.84 (4) Assistant Tender ........ $ 413.84 Amounts in ""Rates' column are per day CARP0213-004 07/01/2021 Rates Drywall DRYWALL INSTALLER/LATHER .... $ 51.60 STOCKER/SCRAPPER ............ $ 22.16 CARP0721-001 07/01/2021 Rates Modular Furniture Installer ...... $ 21.85 ELEC0011-004 06/30/2023 ELECTRICIAN (INSIDE ELECTRICAL WORK) Rates Journeyman Electrician ...... $ 60.80 ELECTRICIAN (INTELLIGENT TRANSPORTATION SYSTEMS Street Lighting, Traffic Signals, CCTV,and Underground Systems) Journeyman Transportation Electrician ................. $ 60.80 Technician .................. $ 45.60 FOOT NOTE: Fringes 16.28 16.28 16.28 16.28 Fringes 16.28 8.62 Fringes 7.15 Fringes 3%+29.77 3%+29.77 3%+29. 77 CABLE SPLICER & INSTRUMENT PERSON: Recieve 5% additional per hour above Journeyman Electrician basic hourly rate. TUNNEL WORK: 10% additional per hour. SCOPE OF WORK -TRANSPORTATION SYSTEMS ELECTRICIAN: Installation of street lights and traffic signals,including electrical circuitry, programmable controllers, pedestal-mounted electrical meter enclosures and laying of pre-assembled multi-conductor cable in ducts, layout of electrical systems and communication installation, including proper position of trench depths and radius at duct banks, location for man holes, pull boxes, street lights and traffic signals. Installation of underground ducts for electrical,telephone, cable television and communication systems. Pulling,termination and splicing of traffic signal and street lighting conductors and electrical systems including interconnect,detector loop, fiber optic cable and video/cable. TECHNICIAN: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and communication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, detector loop, fiber optic cable and video/data. *ELEC0011-007 01/01/2024 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer ................... $ 46.47 3%+17.08 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for 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.Communication systems that transmit or receive informationand/or control systems that are intrinsic to the abovelisted systems SCADA (Supervisory control/data acquisitionPCM (Pulse code modulation) Inventory control systemsDigital data systems Broadband & baseband and carriersPoint of sale systems VSAT data systems Data communicationsystems RF and remote control systems Fiber optic datasystems B.Sound and Voice Transmission/Transference SystemsBackground-Foreground Music Intercom and TelephoneInterconnect Systems Sound and Musical EntertainmentSystems Nurse Call Systems Radio Page Systems SchoolIntercom and Sound Systems Burglar Alarm SystemsLow-Voltage Master Clock Systems Multi-Media/MultiplexSystems Telephone Systems RF Systems and Antennas and WaveGuide C.*Fire Alarm Systems-installation, wire pulling andtesting. D.Television and Video Systems Television Monitoring andSurveillance Systems Video Security Systems VideoEntertainment Systems Video Educational Systems CATV andCCTV E.Security Systems, Perimeter Security Systems, VibrationSensor SystemsSonar/Infrared Monitoring Equipment, Access Control Systems,Card Access Systems *Fire Alarm Systems1.Fire Alarms-In Raceways: Wire and cable pulling inraceways performed at the current electrician wage rate andfringe benefits. 2. Fire Alarms-Open Wire Systems: installed by the Technician. ELEC1245-001 06/01/2022 Rates Fringes LINE CONSTRUCTION (1)Lineman; Cable splicer .. $ 64.40 22.58 (2)Equipment specialist(operates crawlertractors, commercial motorvehicles, backhoes,trenchers, cranes (50 tonsand below), overhead &underground distributionline equipment) ............. $ 50.00 21.30 (3) Groundman ............... $ 38.23 20.89 (4)Powderman ............... $ 51.87 18.79 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2024 Rates Fringes ELEVATOR MECHANIC ................ $ 66.63 37.885+a+b FOOTNOTE: a.PAID VACATION: Employer contributes 8% of regular hourlyrate as vacation pay credit for employees with more than 5years of service, and 6% for 6 months to 5 years of service. b.PAID HOLIDAYS: New Year's Day, Memorial Day, IndependenceDay, Labor Day, Veterans' Day, Thanksgiving Day, Fridayafter Thanksgiving, and Christmas Day. ENGI0012-004 08/01/2023 Rates OPERATOR: Power Equipment (DREDGING) (1)Leverman ................ $ 64.10 (2)Dredge dozer ............ $ 58.13 (3)Deckmate ................ $ 58.02 (4)Winch operator (sternwinch on dredge) ............ $ 57.47 (5)Fireman-Oiler,Deckhand, Bargeman,Leveehand ................... $ 56. 93 (6)Barge Mate .............. $ 57.54 ENGI0012-024 07/01/2023 Rates OPERATOR: Power Equipment (All Other Work) GROUP 1. ................... $ 53.90 GROUP 2 .................... $ 54.68 GROUP 3 ..................... $ 54.97 GROUP 4 .................... $ 56.46 GROUP 6 .................... $ 56.68 GROUP 8 .................... $ 56.79 GROUP 10 .................... $ 56.91 GROUP 12 .................... $ 57.08 GROUP 13 .................... $ 57.18 GROUP 14 .................... $ 57.21 GROUP 15 ... , ................ $ 57.29 GROUP 16 .................... $ 57.41 GROUP 17 .................... $ 57.58 Fringes 34.60 34.60 34.60 34.60 34.60 34.60 Fringes 32.80 32.80 32.80 32.80 32.80 32.80 32.80 32.80 32.80 32.80 32.80 32.80 32.80 $ $ $ $ $ $ $ $ $ $ $ $ $ (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable);Direct Push Operator (Geoprobe or similar types) Drilling machine operator, small auger types (Texoma super economatic or similar types -Hughes 100 or 200 or similar types -drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stamper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types -Watson 1000 auger or similar types -Texoma 330, 500 or600 auger or similar types -drilling depth of 45'maximum); Drilling machine operator; Hydrographic seedermachine operator (straw, pulp or seed), Jackson trackmaintainer, or similar type; Kalamazoo Switch tamper, orsimilar type; Machine tool operator; Maginnis internal fullslab vibrator, Mechanical berm, curb or gutter(concrete orasphalt); Mechanical finisher operator (concrete,Clary-Johnson-Bidwell or similar); Micro tunnel system(below ground); Pavement breaker operator (truck mounted);Road oil mixing machine operator; Roller operator (asphaltor finish), rubber-tired earth moving equipment (singleengine, up to and including 25 yds. struck); Self-propelledtar pipelining machine operator; Skiploader operator(crawler and wheel type, over 3/4 yd. and up to andincluding 1-1/2 yds.); Slip form pump operator (powerdriven hydraulic lifting device for concrete forms);Tractor operator-bulldozer, tamper-scraper (single engine,up to 100 h.p. flywheel and similar types, up to andincluding D-5 and similar types); lugger hoist operator (1drum); Ultra high pressure waterjet cutting tool systemoperator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar types; Cable Bundling Machine Operator (excluding handheld); Cable Trenching Machine Operator (Spider Plow or similar types) Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types -Watson 1500, 2000 2500 auger or similar types -Texoma 700, 800 auger or similar types -drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; RCM Cementing Unit Operator, Rail/Switch Grinder Operator (Harsco or similar types) Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple Rates LABORER (GUNITE) GROUP 1 ..................... $ 48.50 GROUP 2 ..................... $ 47.55 GROUP 3 ..................... $ 44.01 Fringes 21. 3721. 3721. 37 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0"" above base level and which work must be performed in whole or in part more than 75'-0"" above base level, that work performed above the 75'-0"" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen LAB01184-001 07/01/2022 Laborers: (HORIZONTAL DIRECTIONAL DRILLING) Rates (1)Drilling Crew Laborer ... $ 40.69(2)Vehicle Operator/Hauler.$ 40.86(3)Horizontal DirectionalDrill Operator .............. $ 42.71 (4)Electronic TrackingLocator ..................... $ 44. 71 Laborers: (STRIPING/SLURRY SEAL) GROUP 1. .................... $ 41. 90 GROUP 2 ..................... $ 43.20 GROUP 3 ..................... $ 45.21 GROUP 4 ..................... $ 46.95 LABORERS -STRIPING CLASSIFICATIONS Fringes 18.25 18.25 18.25 18.25 21.32 21.32 21.32 21.32 GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender -removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment LABO1414-001 08/03/2022 Rates LABORER PLASTER CLEAN-UP LABORER .... $ 38.92 PLASTER TENDER .............. $ 41.47 Fringes 23.32 23.32 Work on a swing stage scaffold: $1.00 per hour additional. PAIN0036-001 07/01/2023 Rates Painters: (Including Lead Abatement) (1)Repaint (excludes SanDiego County) ............... $ 29.59 (2)All Other Work .......... $ 38.52 Fringes 17.12 18,64 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. *PAIN0036-006 09/01/2023 DRYWALL FINISHER/TAPER Antelope Valley North of the following Boundary: Kern County Line to Hwy. #5, South on Hwy. #5 to Hwy. N2, East on N2 to Palmdale Blvd., to Hwy. #14, South to Hwy. #18, Rates East to Hwy. #395 ........... $ 43.75 Remainder of Los Angeles County ...................... $ 47. 88 PAIN0036-015 01/01/2020 Rates GLAZIER .......................... $ 43.45 Fringes 25.07 25.07 Fringes 23.39 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up PAIN1247-002 01/01/2024 Rates Fringes SOFT FLOOR LAYER ................. $ 43.20 18.03 PLAS0200-009 08/03/2022 Rates Fringes PLASTERER ........................ $ 47.37 19.64 SHEE0105-002 07/01/2023 LOS ANGELES (South of a straight line between Gorman and Big Pines including Catalina Island) SHEET METAL WORKER (1)Light Commercial: Workon general sheet metal andheating and AC up to 4000 Rates sq ft ....................... $ 33.10 (2)Modernization :Excluding New Construction-Under 5000 sq. ft. Doesnot include modification,upgrades, energymanagement, or conservation improvementsof central heating and AC equpment .................... $ 33.10 SHEE0105-003 01/01/2024 Fringes 10.56 10.56 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES SHEET METAL WORKER (1)Commercial -NewConstruction and Remodel Rates work ........................ $ 56.95 (2)Industrial workincluding air pollutioncontrol systems, noiseabatement, hand rails,guard rails, excludingaritechtural sheet metalwork, excluding A-C,heating, ventilatingsystems for human comfort ... $ 56.95 SHEE0105-004 07/01/2023 Fringes 30.04 30.04 KERN (Excluding portion East of Hwy 395) & LOS ANGELES (North of a straight line drawn between Gorman and Big Pines including Cities of Lancaster and Palmdale) COUNTIES Rates Fringes SHEET METAL WORKER ............... $ 45.98 29.24 TEAM0011-002 07/01/2023 Rates Fringes TRUCK DRIVER GROUP 1. ................... $ 38.19 33.69 GROUP 2 .................... $ 38.34 33.69 GROUP 3 .................... $ 38.47 33.69 GROUP 4 .................... $ 38.66 33.69 GROUP 5 .................... $ 38.69 33.69 GROUP 6 .................... $ 38. 72 33.69 GROUP 7 .................... $ 38.97 33.69 GROUP 8 ...........•...•.... $ 39.22 33.69 GROUP 9 .................... $ 39.42 33.69 GROUP 10 .................... $ 39.72 33.69 GROUP 11 .................... $ 40.22 33.69 GROUP 12 ............... , .... $ 40.65 33.69 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination ofvehicles - 4 or more axles; Oil spreader truck; Dump truck,16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull -single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck -50 yds. or more water level; Water pull -single engine with attachment GROUP 11: Water pull -twin engine; Water pull -twin engine with attachments; Winch truck driver -$1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS -Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (ED) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic each year, to reflect a weighted average of the current negotiated/CSA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: *an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position ona 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 National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" CRAFT: OPERATING ENGINEER# Determination: Issue Date: Expiration date of determination: Localities: Wages and total hourly rates (including employer payments): Jetermmar,on: 0t;-LJ-bJ-L-t::'.ULJ-t::'. :iage 2 of 11 Employer Payments: Tvpe of Fund Amount per Hour Health and Welfare $12.85 Pension d $14.65 Vacation and Holiday0 $3.85 Training $1.05 Other $0.41 Recognized holidays: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Director's General Prevailing Wage Determinations Website (http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm). Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director -Research Unit at (415) 703-4 77 4. Travel and/or subsistence payment: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Director's General Prevailing Wage Determinations Website (http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm). Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director -Research Unit at (415) 703-4774. GENERAL PREVAILING WAGE DETERMINATION MADE BY CRAFT: OPERATING ENGINEER (SPECIAL SHIFT)# Determination: Issue Date: Expiration date of determination: Localities: Wages and total hourly rates (including employer payments): Jerermmat1on: �:it;-LJ-o;:1-L-LULJ-L :,age 4 of 11 Employer Payments: Type of Fund Amount per Hour Health and Welfare $12.85 Pensiond $14.65 Vacation and Holiday0 $3.85 Training $1.05 Other $0.41 Recognized holidays: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Director's General Prevailing Wage Determinations Website (http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm). Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director -Research Unit at (415) 703-477 4. Travel and/or subsistence payment: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Director's General Prevailing Wage Determinations Website (http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm). Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director -Research Unit at (415) 703-4774. Jerermmar,on: Jage of 11 GENERAL PREVAILING WAGE DETERMINATION MADE BY CRAFT: OPERATING ENGINEER (MULTI-SHIFT)# Determination: Issue Date: Expiration date of determination: Localities: Wages and total hourly rates (including employer payments): Jetermmac,on: ;:;r.;-L::1-b::1-L-LULJ-L -:,age 6 of 11 Employer Payments: Type of Fund Amount per Hour Recognized holidays: Travel and/or subsistence payment: Jerermmatton: �G-LJ-bJ-L-LULJ-L ::iage 7 of 11 Classifications: Group 1 Bargeman Brakeman Compressor Operator Ditchwitch, with seat or similar type equipment Elevator Operator -Inside Engineer Oiler Forklift Operator (includes loed, lull or similar types -under 5 tons) Generator Operator Generator, Pump or Compressor Plant Operator Heavy Duty Repairman Helper Inertial Profiler Operator Pump Operator Signalman Switchman Group 2 Asphalt-Rubber Plant Operator (Nurse Tank Operator) Coil Tubing Rig Operator Concrete Mixer Operator -Skip Type Conveyor Operator Fireman Forklift Operator (includes loed, lull or similar types -over 5 tons) Hydrostatic Pump Operator Oiler Crusher (Asphalt or Concrete Plant) Petromat Laydown Machine PJU Side Dump Jack Rotary Drill Helper (Oilfield) Screening and Conveyor Machine Operator (or similar types) Skiploader (Wheel type up to ¾ yd. without attachment) Tar Pot Fireman Temporary Heating Plant Operator Trenching Machine Oiler Group 3 Asphalt Rubber Blend Operator Bobcat or similar type (Skid Steer, with all attachments) Equipment Greaser (rack) Ford Ferguson (with dragtype attachments) Helicopter Radioman (ground) Stationary Pipe Wrapping and Cleaning Machine Operator Group 4 Asphalt Plant Fireman Backhoe Operator (mini-max or similar type) Boring Machine Operator Boring System Electronic Tracking Locator Boxman or Mixerman (asphalt or concrete) Chip Spreading Machine Operator Concrete Cleaning Decontamination Machine Operator Concrete Pump Operator (small portable) Drilling Machine Operator, Small Auger types (Texoma Super Economatic, or similar types - Hughes 100 or 200, or similar types -drilling depth of 30 maximum) Equipment Greaser (grease truck) Excavator Track/Rubber-Tired-with all attachments (Operating weight under 21,000 lbs) Guard Rail Post Driver Operator Highline Cableway Signalman Hydra-Hammer-Aero Stamper Hydraulic Casing Oscillator Operator-drilling depth of 30' maximum Micro Tunneling Operator (above ground tunnel) Power Concrete Curing Machine Operator Power Concrete Saw Operator Power -Driver Jumbo Form Setter Operator Power Sweeper Operator Rock Wheel Saw/Trencher Roller Operator (compacting) Screed Operator (asphalt or concrete) Trenching Machine Operator (up to 6 ft.) Vacuum or Muck Truck Group 5 (for multi-shift rate, see Pages 5 and 6) Equipment Greaser (Grease Truck/Multi-Shift) Group 6 Articulating Material Hauler Asphalt Plant Engineer Batch Plant Operator Bit Sharpener Concrete Joint Machine Operator (canal and similar type) Concrete Placer Operator Concrete Planer Operator Jerermmar,on: �G-L::1-b::i-L-LUL::I-L :Jage 8 of 11 Dandy Digger Deck Engine Operator Deck Engineer Derrickman (oilfield type) Drilling Machine Operator, Bucket or Auger types (Calweld 100 bucker or similar types -Watson 1000 auger or similar types -Texoma 330, 500 or 600 auger or similar types -drilling depth of 45' maximum) Drilling Machine Operator (including water wells) Forced Feed Loader Hydraulic Casing Oscillator Operator -drilling depth of 45' maximum Hydro Seeder Machine Operator (straw, pulp or seed) Jackson Track Maintainer, or similar type Kalamazoo Switch Tamper, or similar type Machine Tool Operator Maginnis Internal Full Slab Vibrator Mechanical Berm, Curb or Gutter (concrete or asphalt) Mechanical Finisher Operator (concrete, Clary- Johnson-Bidwell or similar) Micro Tunnel System Operator (below ground) Pavement Breaker Operator Railcar Mover Road Oil Mixing Machine Operator Roller Operator (asphalt or finish) Rubber-Tired Earthmoving Equipment (single engine, up to and including 25 yds. struck) Self-Propelled Tar Pipelining Machine Operator Skiploader Operator (crawler and wheel type, over ¾ yds. and up to and including 1 ½ yds.) Slip Form Pump Operator (power driven hydraulic lifting device for concrete forms) Tractor Operator -Bulldozer, Tamper-Scraper (single engine, up to 100 H.P. flyweel and similar types, up to and including D-5 and similar types) Tugger Hoist Operator (1 drum) Ultra High Pressure Waterjet Cutting Tool System Operator Vacuum Blasting Machine Operator Volumetric Mixer Operator Welder -General Group 7 (for multi-shift rate, see Pages 5 and 6) Welder -General (Multi-Shift) Group 8 Asphalt or Concrete Spreading Operator (tamping or finishing) Asphalt Paving Machine Operator (barber greene or similar type, one (1) Screedman) Asphalt-Rubber Distributor Operator Backhoe Operator (up to and including¾ yds.) small ford, case or similar types Backhoe Operator (over¾ yd. and up to 5 cu. yds. M.R.C.) Barrier Rail Mover (BTM Series 200 or similar types) Cast in Place Pipe Laying Machine Operator Cold Foamed Asphalt Recycler Combination Mixer and Compressor Operator (gunite work) Compactor Operator -Self Propelled Concrete Mixer Operator -Paving Crushing Plant Operator Drill Doctor Drilling Machine Operator, Bucket or Auger types (Calweld 150 bucker or similar types -Watson 1500, 2000, 2500 auger or similar types - Texoma 700, 800 auger or similar types -drilling depth of 60' maximum) Elevating Grader Operator Excavator Track/Rubber-Tired with all attachments (Operating Weight 21,000 lbs -100,000 lbs) Global Positioning System/GPS (or Technician) Grade Checker Gradall Operator Grouting Machine Operator Heavy Duty Repairman/Pump Installer Heavy Equipment Robotics Operator Hydraulic Casing Oscillator Operator-drilling depth of 60' maximum Hydraulic Operated Grout Plant (excludes hand loading) Kalamazoo Ballast Regulator or similar type Klemm Drill Operator or similar types Kolman Belt Loader and similar type Le Tourneau Blob Compactor or similar type Lo Drill Loader Operator (Athey, Euclid, Sierra and similar types) Master Environmental Maintenance Mechanic Mobark Chipper or similar types Ozzie Padder or similar types P.C. 490 Slot Saw Jerermmar,on: �<.;-LJ-bJ-L-LULJ-L :Jage 9 of 11 Group 9 (for multi-shift rate, see Pages 5 and 6) Group 10 Group 11 (for multi-shift rate, see Pages 5 and 6) Group 12 Jetermmac,on: :;;t_;-LJ-b::h�-LULJ-L :,age 10 of 11 Excavator Track/Rubber Tired-with all attachments (Operating Weight 100,000 lbs. -200,000 lbs.) Hoe Ram or similar with compressor Hydraulic Casing Oscillator Operator -drilling depth of 175' maximum Mass Excavator Operator -less than 750 cu. yds. Mechanical Finishing Machine Operator Mobile Form Traveler Operator Motor Patrol Operator (multi-engine) Pipe Mobile Machine Operator Rubber-Tired Earth Moving Equipment Operator (multiple engine, euclid, caterpillar and similar type, over 50 cu. yds. struck) Rubber-Tired Self-Loading Scraper Operator (paddle-wheel-auger type self-loading -(two (2) or more units) Group 13 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (single engine, up to and including 25 yds. struck) Group 14 Canal Liner Operator Canal Tfiimmer Operator Drilling Machine Operator, Bucket or Auger types (Calwi3ld, auger 200 CA or similar types - watso:n, auger 6000 or similar types -hughes super duty, auger 200 or similar types -drilling depth of 300' maximum) Remote ,Controlled Earth Moving Operator ($1.00 per hG>ur additional to base rate) Wheel Excavator Operator (over 750 cu. yds. per hour) Group 15 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (single engine, caterpillar, euclid, athey wagon, and similar types with any and all attachments over 25 and up to and including 50 cu. yds. struck) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (multiple engine -up to and including 25 yds. struck) Group 1.6 Excavator Track/Rubber Tired -with all attachments (Operating Weight exceeding 200,000 lbs.) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (single engine, over 50 yds. struck) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (multiple engine, euclid, caterpillar, and similar, over 25 yds. and up to 50 yds. struck) Group 17 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (multiple engine, euclid, caterpillar, and similar type, over 50 cu. yds. struck) Tandem Tractor Operator (operating crawler type tractors in tandem -Quad 9 and similar type) Group 18 Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -single engine, up to and including 25 yds. struck) Group 19 Rotex Concrete Belt Operator Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -single engine, caterpillar, euclid, athey wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck) Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -multiple engines, up to and including 25 yds. struck) Group 20 Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -single engine, over 50 yds. struck) Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -multiple engine, euclid, caterpillar and similar, over 25 yds. and up to 50 yds. struck) Jetermtnar,on: �t;-LJ-bJ-L-LULJ-L :Jage 11 of 11 Group 21 Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -multiple engine, euclid, caterpillar and similar type, over 50 cu. yds. struck) Group 22 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Push-Pull System (single engine, up to and including 25 yds. struck) Group 23 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Push-Pull System (single engine, caterpillar, euclid, athey wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck) vllSCELLANEOUS PROVISIONS: Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Push-Pull System (multiple engine, up to and including 25 yds. struck) Group 24 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Push-Pull System (single engine, over 50 yds. Struck) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Push-Pull System (multiple engine, euclid, caterpillar and similar, over 25 yds. and up to 50 yds. struck) Group 25 Concrete Pump Operator-Truck Mounted Pedestal Concrete Pump Operator Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Push-Pull System (multiple engine, euclid, caterpillar and similar over 50 cu. yds struck 1.Operators on hoists with three drums shall receive fifty cents (50¢) per hour additional pay to the regular rate of pay. The additional pay shall be added to the regular rate and become the base rate for the entire shift. 2.All heavy duty repairman and heavy duty combination shall receive one dollar ($1.00) per hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay. 3.Employees required to suit up and work in a hazardous material environment, shall receive Two Dollars ($2.00) per hour in addition to their regular rate of pay, and that rate shall become the basic hourly rate of pay. 4.A review of rock drilling is currently pending. The minimum acceptable rate of pay for this classification or type of work on public works projects is Laborer and Related Classifications/Group 5 (Driller) as published in the Director's General Prevailing Wage Determinations. However, the published rate for the craft/classification of Operating Engineer/Group 8 (Rock Drill or Similar Types) may be used by contractors to perform rock drilling on public works projects. # Indicates an apprenticeable craft. The current apprentice wage rates are available on the Prevailing Wage Apprentice Determinations Website (http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp ). a For classifications within each group, see Pages 7 through 11. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. c Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. d Includes an amount for Annuity. 0 Includes an amount withheld for supplemental dues. 1 The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight-time shall be paid at the non-shift rate, Monday through Friday. PREDETERMINED INCREASE CRAFTS/CLASSIFICATIONS: Operating Engineer (SC-23-63-2-2023-2) (All Shifts) Cranes, Pile Driver and Hoisting Equipment (Operating Engineer) (SC-23-63-2-2023-2B) (All Shifts) Tunnel (Operating Engineer) (SC-23-63-2-2023-2C) (All Shifts) Building/Construction Inspector, Field Soils and Material Tester, and Non-Destructive Testing (SC-23-63-2-2023-2D) (All Shifts) LOCALITIES: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura Counties These predetermined increases for the above named crafts apply only to the current determinations for work being performed on public works projects with bid advertisement dates on or after September 1, 2023, until the determination(s) is/are superseded by a new determination(s) or a predetermined increase modification notice becomes effective. When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination which was in effect on the bid advertisement date of a project, has a single asterisk (*) after the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks (**) after the expiration date, the rate must be updated on the following date to reflect the predetermined rate change(s). OPERATING ENGINEER: All Classifications and All Shifts The above Determinations are currently in effect and will expire on June 30, 2024**. Effective on July 1, 2024, there will be an increase of $4.02 allocated to wages and/or employer payments. There will be no further increases applicable to these determinations. Issued 8/22/2023, Effective 9/1/2023 until superseded. This page will be updated when wage rate breakdown becomes available. Last Updated: September 1, 2023 GENEKAL PH.EVAILING WAGE DETEH.MINATION MADE BY THE DIH.ECTOK OF INDUSTH.IAL H.ELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS )etermination: ,C -23-102-2-2023-1 ssue Date: l.ugust 22, 2023 :xpiration date of determination: Craft: Laborer and Related Classifications # lune 30, 2024** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate nust be paid and should be incorporated in contracts entered into now. Contact the Office of the Director -Research Unit for specific rates at 415)703-4774. .ocalities: 1.11 localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura :ounties. Vages and Employer Payments: Basic Health Pension Vacation Training Other Hours Total Daily Saturday Sunday/ Hourly and and Hourly Overtime Overtime Holiday Classification a Rate Welfare Holiday Rate Hourly Hourly Overtime (Journeyperson) b Rate Rate Hourly (1 ½ X) c (1 ½X) Rate cd (2 X) Group 1 $41.38 $8.95 $11.62 $5.02 $0.75 $0.67 8.0 $68.39 $89.080 $89.080 $109.770 Group 2 $41.93 $8.95 $11.62 $5.02 $0.75 $0.67 8.0 $68.94 $89.905 $89.905 $110.870 Group 3 $42.48 $8.95 $11.62 $5.02 $0.75 $0.67 8.0 $69.49 $90.730 $90.730 $111.970 Group 4 $44.03 $8.95 $11.62 $5.02 $0.75 $0.67 8.0 $71.04 $93.055 $93.055 $115.070 Group 5 $44.38 $8.95 $11.62 $5.02 $0.75 $0.67 8.0 $71.39 $93.580 $93.580 $115.770 ring Machine Helper (Outside) rtified Confined Space Laborer ianing and Handling of Panel Forms ncrete Screeding for Rough Strike-Off ncrete, Water Curing molition Laborer, the cleaning of brick if performed by n employee performing any other phase of demolition /Ork, and the cleaning of lumber ,eroptic Installation, Blowing, Splicing, and Testing ·echnician on public right-of-way only e Watcher, Limbers, Brush Loaders, Pilers and >ebris Handlers 1gman s. Oil and/or Water Pipeline Laborer oorer, Asphalt-Rubber Material Loader oorer, General or Construction oorer, General Cleanup oorer, Jetting oorer, Temporary Water and Air Lines 1gging, Filling of Shee-Bolt Holes; Dry Packing of :oncrete and Patching st Hole Digger (Manual) ilroad Maintenance, Repair Trackman and Road ieds; Streetcar and Railroad Construction Track aborers iging and Signaling aler J Form Raisers rman and Mortar Man al Crib or Tool House Laborer iffic Control by any method iter Well Driller Helper ndow Cleaner re Mesh Pulling -All Concrete Pouring Operations oup 2 phalt Shoveler men! Dumper (on 1 yard or larger mixer and handling ,ulk cement) sspool Digger and Installer ucktender ute Man, pouring concrete, the handling of the chute ·om readymix trucks, such as walls, slabs, decks, floors, foundations, footings, curbs, gutters and sidewalks Concrete Curer-Impervious Membrane and Form Oiler Cutting Torch Operator (Demolition) Fine Grader, Highways and Street Paving, Airport, Runways, and similar type heavy construction Gas, Oil and/or Water Pipeline Wrapper-Pot Tender and Form Man Guinea Chaser Headerboard Man-Asphalt Installation of all Asphalt Overlay Fabric and Materials used for Reinforcing Asphalt Laborer, Packing Rod Steel and Pans Membrane Vapor Barrier Installer Power Broom Sweepers (small) Riprap, Stonepaver, placing stone or wet sacked concrete Rota Scraper and Tiller Sandblaster (Pot Tender) Septic Tank Digger and Installer (leadman) Tank Scaler and Cleaner Tree Climber, Faller, Chain Saw Operator, Pittsburgh Chipper and similar type Brush Shredders Underground Laborer, including Caisson Bellower Group 3 Asphalt Installation of all fabrics Buggymobile Man Compactor (all types including Tampers, Barko, Wacker) Concrete Cutting Torch Concrete Pile Cutter Driller, Jackhammer, 2 1/2 ft. drill steel or longer Dri Pak-it Machine Gas, Oil and/or Water Pipeline Wrapper -6-inch pipe and over by any method, inside and out Impact Wrench, Multi-Plate Kettlemen, Potmen and Men applying asphalt, lay-kold, creosote, lime caustic and similar type materials Laborer, Fence Erector Material Hoseman (Walls, Slabs, Floors and Decks) Operators of Pneumatic, Gas, Electric Tools, Vibrating Machines, Pavement Breakers, Air Blasting, Come- Alongs, and similar mechanical tools not separately classified herein; operation of remote controlled robotic tools in connection with Laborers work Pipelayer's backup man, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services Power Post Hole Digger Rock Slinger Rotary Scarifier or Multiple Head Concrete Chipping Scarifier Steel Headerboard Man and Guideline Setter Trenching Machine. Hand Propelled Group 4 Any Worker Exposed to Raw Sewage Asphalt Raker, Luteman, Ironer, Asphalt Dumpman, and Asphalt Spreader Boxes (all types) Concrete Core Cutter (walls, floors or ceilings), Grinder or Sander Concrete Saw Man, Cutting Walls or Flat Work, Scoring old or new concrete Cribber, Shorer, Lagging, Sheeting and Trench Bracing, Hand-Guided Lagging Hammer Head Rock Slinger High Scaler (including drilling of same) Laborer, Asphalt-Rubber Distributor Boatman Laser Beam in connection with Laborer's work Oversize Concrete Vibrator Operator, 70 pounds and over Pipelayer Prefabricated Manhole Installer Sandblaster (Nozzleman), Water Blasting, Porta Shot- Blast Subsurface Imaging Laborer Traffic Lane Closure, certified Group 5 Blasters Powderman Driller Toxic Waste Removal Welding, certified or otherwise in connection with Laborers' work �ecognized holidays: -ravel and/or subsistence payment: Craft: Cement Mason# )etermination: ssue Date: :.xpiration date of determination: .ocalities: 'Vages and Employer Payments: a X) b b C (2 iecognized holidays: a X) X) C (2 X) -ravel and/or subsistence payment: CRAFT/CLASSIFI CATION: DETERMINATION: LOCALITIES: CEMENT MASON GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS LOCALITY: LOS ANGELES COUNTY DETERMINATION LOS-2024-1 CRAFT ISSUE BASIC BASIC HEALTH HEALTH AND PENSION j\lACAf!ON CRAFT CLASSIFICATION FQOTN'OT'E DATE DATE RATE �PtRA.tlO IHOURL\I RATE ANO PESSION :WE'LFAAE WELFARE F.OOlJ-40.Jl: H.OU0A't ��JCKI.AY"al.i c�m:NT !BRICKLAYER: BLOCt..LAYm.,POINl'EP.. At.n.Jti='�CLEANER 11:BRICKLAYER: STONEMASON, MARBLE MASON li:BRICKLAYER: MASON FINISHER /lBRICK � TENOett /!BRICK FORKLIFT OPERATOR TENDER !CARPET, RESILIENT TILE LAYER LINOLEUM. CARPET, MATERIAL HANDLER LINOLEUM, ifORY\'VA'1.L FINlSMER IOR"f'INALL R.N.lS.HER �LECTRICIAN; SOUND INSTALLER INSIDE WIREMAN, fELECTRICIAN: RADIO MONITOR rECHNICIAN !ELECTRICIAN: ICABLE SPLICER-NELDER jELECTRICIAN; TUNNEL WIREMAN .li!:ELECTRICIAN:; TIJNNEL CABLE SPLICER 11:ELECTRICIAN�l�:�:���:����ICIAN 1 �P'ORT,lu1Cll SYSTEMS ELECTRICIAN .lt:ELECTRICIAN: (CABLE SPLICING t,ivELDING AND NETA TESTING) ELECTRICIAN; ����i�CIAN ! .!HELD CHIEF OF PARTY Ii SURVEYOR: [018167-010) tFIELD INSTRVMENThfAN Ii SURVEYOR: /016,167-034) !FIELD f-iAI N'MANiRODMAN SURVEYOR: (869.567-010) !GLAZIER !MARBLE A�ISHER 11:PAINTER: !PAINTER: P,\lkTER, l�AD l•"',TEPIJ:/JT !IE !PAINTER: INDUSTRIAL PAINTER GRAFFffi REMOVAL PAINTER: ������YMAN � P.A!NT-O'i.ER ME;;THOOl ��Arrm Rl=MOVAl PAINTER: iV'JORKER 1 (APPLIES !ONLY TO PAINT-OVER METHOD) GRAFFl1l REMOVAL PAINTER: twORKER 2 (APPLIES loNLYTO PAINT-OVER !METHODl ,\I JIPLASTERER !PLASTER � TENDE!l PLASTER Pi.ASTER CLEAN-UP TENDER :t.ABORER PLUMBER, INDUSTRIAL #PLUMBER: AND GENERAL PIPEFITTER M'LUMBER: ;s:;;�\E�/JJID S.T;:Ji�l.1 DRAIN PIPELAYER ;5;'.'IEtAN0-510RM PLUMBER: DRAIN PIPE TRADESMAN tiPLUMBER: jlANDSCAPE/lRRIGATION rlTTER PLUMBER: ����RRll3AT10t-. liJ5, fPLUMBER: REFRIGERATION h::i::i;i\llf"i:: HVAC.R e:FR.IGE.RAT10!\I PLUMBER: ERVICE TRADESMAN HVACR J!FILUM.Bl;R: If IRE 6PR,N;u.E,R f-1 TTER � (AAOTEtTION AND FOOTNOTE FOOTNOTE Cl(ZZi"W2f l04,!J0/2!l2.J...::.F7200 ie Q2/2:2,102+,'3.0.12G,2A= �7 200 � Oib_22i"2.C!2�30J2M4:: ls42 480 � u&'z;u�o6.l3012024_:: p39 530 lo,&T.1i202�301':102A::; p39.980 021221202412t31i,:.02.4_:: 1D212212024 121311202 4:: fO!li'2:u2a2;fow:,11wid.= lo,Bf2:i'.!;'202t-6/31.12.Q24_:: lc2:1:uao��l012C12..s:. :;i2,,·n1lrl2•+712�20::!4:,: IOLi'.!M02{m12ai:;,zi.4:: ID2!22�2�07/2a1W24.:.: lo2/22/202 101l2il/2�4.:.:. 1021221202J {)7/28/2024:: lo,z...-zza□N 07P-a.12.llli1::. p21iU>02, 1)7/28/202 4:.: f02:.·ZM02.i 09/30/2024:.: ic,un.,�[124 tJgl;lQJWc'4::; 09/30/2024:,: ��Al<Jtil� 05/31/2024:..'.. 06/3QJ2Jl24-= fJGlJQ/2024.:'.: 06/30/2024 .:: 01/31/2025,: P2122,i2Q211 011311202s.: 102.·:r.z•:?024 01/3112025,: 07/31/2024:: i:lv=, 08/06/2024= b21221202A 1)8/06/2024:: 08/31/2024.:: 10�.:n::,,c�, f)B/31/2024.:: o= □8/31/2024.:: 0B.'22tZ"J2JIJ8/31/2024.:: 1')8/31/2024.:: 08/31/2024,: �2ii:2.12'.n•y)8/31/2024: r-2f22,,lfl2.sll12r'Jl1ifli4!:_ 1$43.200 � 15,17 260 � $43750 $47 860 � $46 470 $61 800 ls64 890 $67980 371 380 $61.800 $64 890 $46 350 $61 510 S55 860 $55 280 1$55 soo ll 1&40210 l, $38 520 � $34 080 1M G,41420 1M $29 000 l, !519 500 Z, $20.370 Z $42 430 $43,620 $4 1.070 :�57.100 e..a $44 290 AO 1$21 850 ltWi S40 200 ll �1B590 iZ �55 200 � $17.300 t:J. f>!.).J1D ;59 250 �9 250 59.250 SB950 :,8950 p8 7BO �8 780 fa0so �8850 Ism 960 S14 590 1S1<1 s90 1614 590 1$14.590 js14 540 S14 540 514.540 S12850 '512850 s12.a50 158700 � 69250 $9200 ls9200 159200 S8 500 �8 500 58.500 S9.630 S8,950 58950 ls9,260 59150 S9.400 59,260 S3000 S10 720 S10.720 �11-910 ;59 480 S9 480 39 480 'S9 470 59 470 1, S6 050 �2 140 $10230 �10 230 $5 470 p 515 370 1B $15 370 Ill. �15370 1B �15370 1B >15.420 lB �15420 1B 1$15420 � j:;14650 1S14eso '514650 $15550 1!&5.020 !i5 640 $5.640 �5 640 !i1 000 1:£1 000 $1 000 S9 620 �11 020 �11 020 �14300 � $11 450 .AB $0.380 $14300 $ $1.160 klB �10940 � $2.190 1)�5-4-60 $0 000 [,0 000 'p:0000 '4 400 164.400 'E2520 $1 020 $5.070 $5 070 so ooo so ooo !i0.000 po ooo �0 000 so.ODO �0000 IS5 010 S4 900 184050 SO.ODO soooo �3 050 tt2.910 !53350 1t1000 r1 ,,, 1000 f1090 �5300 F5 300 �0000 tso ooo rs;o .ooo �0 000 1$0.000 ISCJOOO 1$0.000 VA.CATIO.N/ HOLIDAY TRAINING TRAINING OTHER FOOTNOTE FOOTNOTE PAYMENTS :51180 �0850 S1180 f' 50450 51130 50 450 :;0750 S0-450 SCl.750 S0.450 S0680 -o 2eo 50680 50,280 50.920 S1.120 50920 :51.120 !i0650 �0,250 50810 0,550 S0.810 fio.sso � 50610 �0.550 S0810 �0,550 S0.810 150.sso $0810 S0,550 0 50810 30,550 la S1150 �0 ,150 � S1150 �0.150 S1150 ISo,150 !so170 151 ,180 S1010 S0,450 SO 750 51,010 �0.750 ls1.010 50850 151,010 so 750 so ooo SD 750 S0,000 so 750 50 000 Jl.l S1 490 S1 190 w,i 51150 S0960 Sl 150 50,960 S2-950 51 500 S2680 S1 500 .S1.76D 61.350 S2340 S1 300 S0.100 S1.100 1,52850 S0,830 AS 51840 $0,610 Sq,250 STRAIGHT-OTHER TIME [HD!JJ HOURS PA'f�EUS TOTAL FOOTNOTE FOOTN;OTI: HOURLY BO BO a.o 8,0 a.a 80 a.o B.O B,O -BO B,O B.0 B .O 80 B.O 80 80 :So BO 1,.0 a.o □ B,O B.O B,0 B.O 8I 8.0 8I B,O !iI 8.0 t,Z 8.0 RO 8.j � � ,'\IS RATE $67960 1i67 560 1'$62 790 $63,550 r$64.000 S61 510 $30180 $59-940 :574070 !S,65190 $94970 !i98.160 $101 340 $104 840 !594.970 598 160 !i79,060 !i95 .380 S89560 M8930 S81 700 :$55940 558170 Js53_s90 561 470 �40250 1s30 rso :531 620 $71450 �71 000 $68450 Sas 190 $69 070 $34 .740 $67400 1$23.950 $80 540 '$32.660 [l,73.-470 SUNDAY '.$ATUR0i!i..' SATURDAY ANO OVERTIME OVERTIME OVERTIME HOURLY OVEJmME HOURLY HOLIDAY HOURLY RATE HOURLY RATE OVEHTilil!E RATE RATE HOURLY FOOTNOTE RATE :li91.560 S91 560 � $115160 S91.160 Q 591 160 D. S114 760 S84.030 SB4 030 p. S105270 SB3320 SB3 320 $103 080 $83 .990 $83.990 S103.980 S83 110 (;83 110 1$104 710 538,820 S3B820 � 1$47460 ls91_820 :S91.820 t,/_ 1$113.690 S98010 598.010 �121 950 589130 iS89130 Q �113 060 S126 800 lQ 126800 :5158530 .$131.580 Q p131_s80 IC. :S164.990 5136 350 L0. $136 350 I). �171 360 S141 600 0. S141 600 !). 5178 360 $126.800 f:2_ !S126.s□o Ml �158.630 S131 580 $131 580 S154 990 $102 930 0 s102 930 l,126 800 $126 140 Q $126140 i:i 5156 890 $117 490 Q $117.490 5145420 $116 570 Q 6116 570 S144210 $106�950 ;f.. 1$106.950 V :S132 200 $76 050 168 1�76,050 ;;a :S96150 $77 430 't77,430 8E 596690 $70.630 $70.630 AE 587.670 $82 180 582,180 -102 890 $54 750 $54 750 � 569250 $40500 IS4D,50D � -so 250 $41 810 $41 810 � r51 990 592670 18.E 1592670 �113880 15;92810 &Q �92810 �114 .620 $88 990 j$88990 AE �109 520 !5112 860 �112860 Q 138820 $90290 1$90 290 AU c.5110 830 $44.740 �.740 AU 1$54.740 1;87 500 �87 500 AU �106 170 $33.250 IS33.25o AU 1842.540 SUNDAY AND HOLIDAY OVERTIME HOURLY RATE HOLIDAY I SCOPE OF AAO\l'!.SIOt!S R:�:i�NS lsu..,sro>ace PROVISIONS FOOTNOTE 6-cope.Jlf � [:i.cl.wy.s. l::kd.id.ay� 15cooo..oJ � Sutu:w1\!:[l�,: ::l.2!kiay.s. � -� �-<J;,,"r",.. � tllllil!a,s � ....... 0::,1k<:il?...,.,._ tf.Q!..iday� � � :tla!J.d.ay..s �� ti21.i!i.aYJz � � s,Qll<..Q! 'nrk ''"''�""'° :S.,pe.Jlf � IWnrk 11h<:J<:Phot"" ,00� � ::loliooY' �Y-' � �Y-' eFn� �y..s �� tlolk1.ay..s � Ira"'1A ltJoli<!ay, ticli<!a,> �-.!I.! =.,,,�.., � �"'" l,:Joli;jo,> =.ot � � l:w!idaYJz � �Y-' I& �Y.lz � $,.....,ll.lW,: �y..s, � � �� ltJoli<!a,a � � � l,:Joli;joya � � ltJoli<!a,a � � � lil;Qpe_of � � l!!ollilaY-' �� �,..,,.,,n,,.,.,....,. �Y..S � �Y.lz � C � I� S<;ope_of To=L& �y..s_ �Y-' � �Y-' � 5108140 1$108 140 !5134120 � � � $41 310 �1310 $49.310 11G SM.ISO 1sss.,ao �11.e:,1so � � BASIC BASIC HEALTH CRAFT CLASSIFICATION CRAFT ISSUE EXPl!UTI□.Jl HOURl,.Y ANO ANO FOOTNOTE DATE DATE RATE WELFARE RATE •ooTNOll WELFARE FOOTNOrE CQl.'lROt. SYSTEMS.. OVERHEAD AND UNOERGROUNOl ARE SPRlNKlER FtTTER (PROTECTION ANO IP LUMBER: CONTROL SYSTEMS. r,'112>Qll24 '1813112024_:: S54 JOO $11 910 OVERHEAD AND UNDERGROUNDJ fROOFER Mi22•'2021713112024:.: 546020 .e.G_ SB.560 .#:ROOFER PITCH WORK O2,'}l;202 07131/2024.'..: S47 770 a,Q. 58 560 11:ROOFER PREPARER 07131/2024:: 547 020 a.G $8560 �HEET,M£TAC 06/30/2024,: $56 950 M �11,370 WORICER. fSHEET METAL 0Sl2'Zra<l:?:: 06/30/2024,: �5 980 � 511 370 WORKER I-TERRAZZO Ot\fn?Di .. G8f_31�G�-'"::::'. :i39950 l::J S9250 ANISHElil: /l.TERRAZZO OB/22120� IJB/3112024:: is41 B50 � S92SO WORKER !!TILE. OS/31'2C!-2.J_:: 1'34780 Z $9.250 AMISHER fTILE LAYER Ql!22 .. 7C:2.! �'J1n02�.::F4s 290 , '9250 Go lo iaaease page STAA,IG.t-it VACATION/ OTHER TIME l'clfSION PENSION VACAnON 1tOUOAY :rR.\l""'G OTHER PAYMEHTS HOURS TOTAL OVEFmME: :F-OOffCOTE HOLIDAY FOOTNOTE PAYMENT!i F-OOTNOT! HOURLY FOOTNOl'E FOOTNOTE HOURLY RATE RATE $19050 $0,000 s1 600 S0 450 l!E 587310 $114460 �10.900 � $0,000 �o SJO 50 690 ill 60 :566700 !87 560 so 530 S0690 B,0 S56450 :590 190 S10 900 530 S0.690 Ill B,O S67 700 $89,060 S17 s10 � �0 000 so 820 S0 680 80 S87.690 �116170 515970 � S1.920 S0.350 8,0 575590 :$98.580 SHOO 1$0,000 S0 800 50300 80 554.900 $74,680 S.860 S1 OJO 80 563350 :687 280 53.500 $0940 S0410 fB.O 548.880 566.270 S1130 i,;os,o ieo $68030 S92180 SAruROAY OVERTIME $ATU�OAl OVERTIME HOURLY OVERTIME HOURLY HOURLY RATE RATE RATE FOOTNOTE FOOTNOTE !IE !$114,460 ll,! li87 560 Ii.I ll,! �90 190 Ii.I 589 060 !l1I .,,s.110 �·· 580 �74 sea � fS"7 280 � ls66-270 � $92160 � SUNOAYj SUNDAY ANO Hi:;AY oVERni-u:: HOURLY H��y RATE FOOl'NOTE SCOPE OF HOLIDAY WORK Plt0VISION$ f'ROIIISIONS 5141 610 � $108420 �111.920 � � 5110 420 I'm!: S144 640 l�N< s121 570 AC S94 B50 AC � $111200 � $83660 $116320 t:mfum,� EFFECTIVE UNTIL SUPERSEDED SY A NEW DETERMINATION ISSUED BY THE DIRECTOR OF INDUSTRIAL RELATIONS CONTACT THE OFFICE OF THE DIRECTOR -RESEARCH UNIT AT (415) 703-4774 FOR THE NEW RATES AFTER TEN DAYS AFTER THE EXPIRATION DATE IF NO SUBSEQUENT DETERMINATION IS ISSUED TRAVEL& isuas!ST0<CE PROVISIONS � � !il.l�!Al.�i:t:I � lt;:1� ... •• THE RATE TO BE PAID FOR WORK PERFORMED AFTER THIS DATE HAS BEEN DETERMINED. IF WORK WILL EXTEND PAST THIS DATE, THE NEW RATE MUST BE PAID AND SHOULD BE INCORPORATED IN CONTRACTS ENTERED INTO NOW. CONTACT THE OFFICE OF THE DIRECTOR RESEARCH UNIT FOR SPECIFIC RATES AT (415) 703-4774 INDICATES AN APPRENTICEABLE CRAFT. THE CURRENT APPRENTICE WAGE RATES ARE AVAILABLE ON THE INTERNET@ HTTP:/fNW\N DIR CA GOV/OPRUPWAPPWAGE/PWAPPWAGESTART.ASP. & THE BASIC HOURLY RATE AND EMPLOYER PAYMENTS ARE NOT TAKEN FROM A COLLECTIVE BARGAINING AGREEMENT FOR THIS CRAFT OR CLASSIFICATION A INCLUDES AMOUNT WITHHELD FOR DUES CHECK OFF AND CONTRACT COMPLIANCE. 8 INCLUDES AN AMOUNT FOR IMI TRAINING FUND C SATURDAYS IN THE SAME WORK WEEK MAY BE WORKED AT STRAIGHT-TIME IF JOB IS SHUT DOWN DURING THE NORMAL WORKWEEK DUE TO INCLEMENT WEATHER, OR REASONS BEYOND THE CONTROL Of THE EMPLOYER D RATE APPLIES TO THE FIRST 2 DAILY OVERTIME HOURS AND THE FIRST 10 HOURS ON SATURDAY: ALL OTHER TIME IS PAID AT THE SUNDAY AND HOLIDAY OVERTIME HOURLY RATE. E THE RATIO OF BRICK TENDERS TO BRICKLAYERS SHALL BE AS FOLLOWS: ONE (1) BRICK TENDER TO NO MORE THAN THREE (3) BRICKLAYERS DURING THE INSTALLATION OF BLOCK ON ATYPICAL MASONRY PROJECT. F INCLUDES AN AMOUNT PER HOUR WORKED FOR ANNUITY TRUST FUNO G INCLUDES AN AMOUNT PER HOUR WORKED FOR SUPPLEMENTAL DUES H INCLUDES AMOUNT 'MTHHELD FOR DUES CHECK OFF. RATE APPLIES TO THE FIRST 12 HOURS WORKED ON SATURDAY, All OTHER TIME IS PAID AT DOUBLE TIME, SATURDAY MAY BE WORKED AT THE STRAIGHT-TIME HOURLY RATE FOR THE FIRST 8 HOURS IF INCLEMENT WEATHER FORCES A SYNTHETIC/ARTIFICIAL TURF PROJECT TO SHUT DOWN DURING THE REGULAR WORK WEEK (MONDAY THOUGH FRIDAY) A MATERIAL HANDLER MAY BE UTILIZED IN RATIO OF ONE (1) MATERIAL HANDLER WITH ANY FIVE (5) JOURNEYMEN ON ANY GIVEN PROJECT. K RATE APPLIES TO THE FIRST i2 HOURS ON SATURDAY, ALL OTHER TIME IS PAID AT DOUBLE TIME RATE ONLY APPLIES TO WORK PERFORMED IN ANTELOPE VALLEY WHICH IS HIGHWAY 5. SOUTH ON U.S. 5 TO HIGHWAY N2; EAST ON HIGHWAY N2 TO PALMDALE BLVD TO HIGHWAY 14: SOUTH HIGHWAY 18; EAST TO HIGHWAY 395. M INCLUDES AMOUNT WITHHELD FOR WORKING DUES N RATE APPLIES TO FIRSTS HOURS ONLY. DOUBLE TIME THEREAFTER SATURDAYS IN THE SAME WORK WEEK MAY BE WORKED AT STRAIGHT-TIME IF JOB IS SI-IUT DOWN DURING THE NORMAL WORK WEEK DUE TO INCLEMENT WEATHER 0 IN ADDITION AN AMOUNT E□UAL TO 3% OF THE BASIC HOURLY RATE IS ADDED TO THE TOTAL HOURLY RATE AND OVERTIME HOURLY RATES FOR THE NATIONAL EMPLOYEES BENEFIT BOARD. P INCLUDES AN AMOUNT FOR THE NATIONAL LABOR-MANAGEMENT COOPERATION FUND ANO THE ADMINISTRATIVE MAINTENANCE FUND Q RATE APPLIES TO THE FIRST 4 DAILY OVERTIME HOURS AND THE FIRST 12 HOURS WORKED ON SATURDAY: All OTHER TIME IS PAID AT THE SUNDAY AND HOLIDAY OVERTIME HOURLY RATE R IN ADDITION, AN AMOUNT EQUAL TO 3% OF THE BASIC HOURLY RATE IS ADDEO TO THE TOTAL HOURLY RATE AND OVERTIME HOURLY RATES FOR THE NATIONAL EMPLOYEES BENERT BOARD. PURSUANT TO LA� COOE SECTIONS 1n3.1 AND 1773 6, THE AMOUNT PAID FOR THIS EMPLOYER PAYMENT MAY VARY RESULTING IN A LOWER TAXABLE BASIC HOURLY WAGE RATE. BUT THE TOTAL HOURLY RATES FOR STRAIGHT TIME ANO OVERTIME MAY NOT BE LESS THAN THE GENERAL PREVAILING RATE OF PER DIEM WAGES S INCLUDED IN STRAIGHT·TIME HOURLY RATE T THE MAXIMUM ALLOWABLE RATIO IS ONE TRANSPORTATION SYSTEMS TECHNICIAN TO ONE JOURNEYMAN ON EACH JOB. U DICTIONARY OF OCCUPATIONAL TITLES, FOURTH EDITION 1977 US DEPARTMENT OF LABOR V INCLUDES AMOUNT WITHHELD FOR DUES CHECKOFF, WHICH IS FACTORED IN THE OVERTIME RATES INCLUDES 55 00 FOR VACATION THAT IS NOT FACTORED IN Tl-IE OVERTIME RATES W INCLUDES AN AMOUNT PER HOUR WORKED OR PAID TO DISABILITY FUND. X INCLUDED IN STRAIGHT-TIME HOURLY RATE WHICH IS NOT FACTORED IN THE OVERTIME RATES Y RATE APPLIES TO THE FIRST 2 OVERTIME HOURS MONDAY THROUGH FRIDAY ANO THE FIRST 6 HOURS WORKED ON SATURDAY. ALL OTHER TIME IS PAID AT THE SUNDAY AND HOLIOAY OVERTIME RATE Z INCLUDES AMOUNT WITHHELD FOR ADMINISTRATIVE DUES. AA RATE APPLIES TO FIRST TWO DAILY OVERTIME HOURS WORKED; ALL OTHER OVERTIME IS PAID AT THE HOLIDAY OVERTIME HOURLY RATE AB SATURDAY OVERTIME HOURLY RATE SHALL NOT BE OWED FOR WORK PERFORMED ON A SATURDAY UNLESS AND UNTIL THE EMPLOYEE HAS WORKED 8 HOURS ON THAT DAY OR 40 HOURS OVER THE COURSE OF THE WORK WEEK OF WHICH THE SATURDAY ISA PART. WHICHEVER COMES FIRST. RATE APPLIES TO THE FIRST 8 HOURS WORKED ON A SIXTH OR SEVENTH CONSECUTIVE DAY DURING ANY ONE CALENDAR WEEK UP TO 50 HOURS IN ANY ONE CALENDAR WEEK.All HOURS IN EXCESS OF 10 HOURS DAILY OR SO HOURS WEEKLY ARE PAID AT THE HOLIDAY RATE SATURDAYS IN THE SAME WORK WEEK MAY BE WORKED AT STRAIGHT-TIME IF JOB IS SHUT DOWN DURING THE NORMAL WORKWEEK DUE TO INCLEMENT WEATHER. AC RATE APPLIES TO WORK ON HOLIDAYS ONLY; SUNDAYS ARE PAID AT THE SATURDAY OVERTIME HOURLY RATE. AO AN ADDITIONAL $0 25 PER HOUR WIU BE AD OED TO THE BASIC HOURLY RATE WHEN PERFORMING F'AFERHANGING WORK AE. DOUBLE TIME SHALL BE PAID FOR Al.L HOURS WORKED OVER 12 HOURS IN ANY ONE DAY. Af= RATE ONLY APPLIES TO WORK PERFORMED IN ANTELOPE VALLEY, WHICH IS HIGHWAY 5. SOUTH ON US 5 TO HIGHWAY N2; EAST ON HIGHWAY N2 TO PALMDALE BLVD TO HIGHWAY 14; SOUTH TO HIGHWAY 18: EAST TO HIGI-IWAY 395 AN ADDITIONAL SO 25 ISAOOEO TO THE BASIC HOURLY RATE WHEN PERFORMING PAPERHANGING WORK AG RATE APPLIES AFTER 36 MONTHS OF EXPERIENCE RATE APPLIES TO FIRST 12 MONTHS OF EXPERIENCE AH Al RATE APPLIES AFTER 12 MONTHS TH.=!:OUGH 36 MONTHS EXPERIENCE AJ INCLUDES AN AMOUNT PER HOUR WORKED OR PAJO FOR DUES CHECK OFF AK SATURDAY IN "THE SAME WORKWEEK MAY BE WORKED AT THE STRAIGHT-TIME HOURLY RATE IF IT IS NOT POSSIBLE TO COMPLETE FORTY HOURS OF WORK MONDAY THROUGH FRIDAY WHEN THE JOB IS SHUT DOWN DUE TO INCLEMENT WEATHER OR SIMILAR ACT OF GOD OR BEYOND THE CONTRACTOR'S CONTROL AL RATE APPLIES TO THE FIRST 8 HOURS WORKED: All OTHER TIME IS PAID AT THE SUNDAY ANO HOLIDAY OVERTIME HOURLY RATE AM THE RATIO OF PLASTER TENDERS TO PLASTERERS SHALL BE AS FOLLOWS: THERE SHALL BE A PLASTER TENDER ON THE JOBSITE WHENEVER THERE IS A PLASTERER PERFORMING WORK ON THE JOSSITE. EXCEPT ON SMALL PATCH WORK WHERE ONLY ONE PLASTERER IS PERFORMING WORK, FOR INSIDE BROWN COATINGS THERE $HALL BE 2 Pl.ASTER TENDERS FOR UP TO EVERY 3 PLASTERERS FOR INSIDE FINISH COATINGS THERE SHALL BE 1 PLASTER TENDER FOR UP TO EVERY 3 PLASTERERS ON OUTSIDE FINISH ANO BROWN COATINGS ANO FOR ALL OTHER WORK, THERE SHALL BE 1 Pl.ASTER TENDER FOR UP TO EVERY 2 PLASTERERS. AN INCLUDES AN AMOUNT PER HOUR WORKED OR PAID FOR SUPPLEMENTAL DUES. AO ALL WORK PERFORMED AFTER TvVELVE (12) HOURS IN A DAY SHALL BE PAID AT THE SUNDAY/HOLIDAY RATE AP RATE APPLIES TO THE FIRST EIGHT HOURS ON SATURDAY. All OTHER TIME IS PAID AT THE SUNDAY AND HOLIDAY OVERTIME RATE SATURDAY WORK MAY BE PAID AT THE STRAIGHT TIME RATE IF THE JOB IS SHUT DOWN DURING THE NORMAL WORK WEEK DUE TO INCLEMENT WEATHER. AQ INCLUDES AN AMOUNT WITHHELD FOR ADMINISTRATIVE DUES WHICH IS NOT FACTORED INTO OVERTIME AND AN AMOUNT FOR VACATION WHICH IS FACTORED AT 1.5 TIMES FOR ALL OVERTIME AR INCLUDES AMOUNT FOR NATIONAL PENSION AND RETIREE'S X-MAS FUND AS AMOUNT INCLUDED IN BASIC HOURLY RATE AND FACTORED AT 1 5 TIMES FOR ALL OVERTIME. AT INCLUDES AN AMOUNT FOR THE P.I P.E LABOR MANAGEMENT COOPERATION COMMITTEE AND THE CONTRACTOR EDUCATION & DEVELOPMENT FUND AU SATURDAYS IN THE SAME WORK WEEK MAY BE WORKED AT STRAIGHT-TIME IF JOB IS SHUT DOWN DURING THE NORMAL WORKWEEK DUE TO INCLEMENT WEATHER AV PIPE TRA DESMEN SHALL NOT BE PERMITTED ON ANY JOB WITHOUT A JOURNEYMAN AW INCLUDES AN AMOUNT WITHHELD FOR ADMINISTRATIVE DUES WHICH IS NOT FACTORED IN THE OVERTIME RATES AX TRADESMEN SHALL ONLY BE USED IF THE FIRST WORKER ON THE JOB IS A LANOSCAPEARRIGATION FITTER. SECOND WORKER MUST BE A LANDSCAPEJlRRIGATION FITTER OR APPRENTICE LANDSCAPEJIRRIGATION FITTER THE 3RD AND 4 TH MAY BE A TRADESMAN THE 5TH MUST BE A LANDSCAPE/IRRIGATION FITTER AND THEREAFTER TRADESMEN WILL BE REFERRED ON A 50-50 BASIS, TO JOURNEYMAN OR APPRENTICE AY INCLUDES AN AMOUNT FOR 401A PlAN AZ INCLUDES AN AMOUNT FOR THE P.t P.E LABOR MANAGEMENT COOPERATION COMMITTEE TRUST FUND AND FOR PROMOTION FUND BA SATURDAY MAY BE PAID AT STRAIGHT TIME IF THE WORK WEEK IS TUESDAY THROUGH SATURDAY. BB RATE APPLIES TO REMAINDER OF COUNTY. BC INCLUDES AN AMOUNT FOR SUPPLEMENTAL PENSION FUND BO RATE APPLIES TO LOS ANGELES CITY LIMITS ANO TWENTY-FIVE (25) MILES BEYOND CITY LIMITS OF LOS ANGELES. BE AMOUNT IS FOR INDUSTRY PROMOTION FUND AND P.1 P.E FUND BF RATE APPLIES TO THE FIRST 4 DAILY OVERTIME HOURS AND THE FIRST 10 HOURS ON SATURDAY: ALL OTHER TIME IS PAID AT THE SUNDAY AND HOLIDAY OVERTIME HOURLY RATE, BG INCLUDE AMOUNTS FOR DUES CHECK OFF AND VACATION/HOLIDAY, WHICH ARE NOT FACTORED INTO OVERTIME. BH INCLUDED IN BASIC HOURLY RATE. VACATION IS NOT FACTORED INTO OVERTIME Bl INCLUDE AMOUNTS FOR ADMINISTRATIVE FUND COMPLIANCE FUND INDUSTRY FUND ANO RESEARCH AND EDUCATION TRUST FUND . BJ RATE APPLIES TO THE FIRST 2 DAILY OVERTIME HOURS AND THE FIRST 10 HOURS ON SATURDAY: SUNDAY AND HOLIDAY OVERTIME HOURLY RATE WILL BE PAID AFTER iO HOURS PER DAY AND ALL HOURS WORKED OVER 55 HOURS PER WEEK BK APPLIES TO THAT PORTION OF THE COUNTY SOUTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN ANO BIG PINES BL PURSUANT TO LABOR CODE SECTIONS 1773 1 ANO 1773 8 THE AMOUNT PAID FOR THIS EMPLOYER PAYMENT MAY VARY RESULTING IN A LOWER TAXABLE BASIC HOURLY WAGE RATE, BUT THE TOTAL HOURLY RATES FOR STRAIGHT TIME ANO OVERTIME MAY NOT BE LESS THAN THE GENERAL PREVAILING RATE OF PER DIEM WAGES BM RATE APPLIES FOR THE FIRST 4 OVERTIME HOURS MONDAY THROUGH FRIDAY ANO THE FIRST 12 HOURS WORKED ON SATURDAY. ALL OTHER TIME IS PAID AT THE SUNDAY/HOLIDAY RATE. SATURDAYS IN THE SAME WORK\NEEK MAY BE WORKED AT STRAIGHT-TIME IF JOB IS SHUT DOWN DURING THE NORMAL WORKWEEK DUE TO INCLEMENT WEATHER BN APPLIES TO THAT PORTION OF THE COUNTY NORTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES INCLUDING THE CITIES OF LANCASTER ANO PALMDALE, BO INCLUDES AMOUNTS FOR LOCAL PENSION NATIONAL PENSION PLAN. 401(A) PLAN RETIREE'S SUPPLEMENTAL HEALTH PL.AN. PURSUANT TO LABOR CODE SECTIONS 1TT3 1 ANO 1773 8, THE AMOUNT PAID FOR THIS EMPLOYER PAYMENT MAY VARY RESULTING IN A LOWER TAXABLE BASIC HOURLY WAGE RATE, BUT THE TOTAL HOURLY RATES FOR STRAIGHT TIME AND OVERTIME MAY NOT BE LESS THAN THE GENERAL PREVAILING RATE OF PER DIEM WAGES BP RATE APPLIES TO FIRST 4 DAILY OVERTIME HOURS AND THE FIRST 12 HOURS ON SATURDAY AND SUNDAY. All OTHER OVERTIME HOURS IS AT DOUBLE TIME RATE BQ RATE APPLIES TO THE FIRST 8 HOURS WORKED ON A SIXTH OR SEVENTH CONSECUTIVE DAY DURING ANY ONE CALENDAR WEEK UP TO 50 HOURS IN ANY ONE CALENDAR WEEK. ALL OTHER TIME IS PAID AT THE HOLIDAY RATE. RECOGNIZED HOLIDAYS: HOLIDAYS UPON WHICH THE GENERAL PREVAILING HOURLY WAGE RATE FOR HOLIDAY WORK SHALL BE PAID, SHALL BE ALL HOLIDAYS IN THE COLLECTIVE BARGAINING AGREEMENT, APPLICABLE TO THE PARTICULAR CRAFT, CLASSIFICATION, OR TYPE OF WORKER EMPLOYED ON THE PROJECT, WHICH IS ON FILE WITH THE DIRECTOR OF INDUSTRI AL RELATIONS IF THE PREVAILING RATE IS NOT BASED ON A COLLECTIVELY BARGAINED RATE, THE HOLIDAYS UPON WHICH THE PREVAILING RATE SHALL BE PAID SHALL BE AS PROVIDED IN SECTION 6700 OF THE GOVERNMENT CODE YOU MAY OBTAIN THE HOLIDAY PROVISIONS FOR THE CURRENT DETERMINATIONS ON THE INTERNET AT HTTP:1/WWW DIR CA GOVIOPRUDPreWageDetermination,hlm HOLIDAY PROVISIONS FOR THE CURRENT OR SUPERSEDED DETERMINATIONS MAY BE OBTAINED BY CONTACTING THE OFFICE OF THE DIRECTOR· RESEARCH UNI T AT (415) 703-4774 TRAVEL AND/OR SUBSISTENCE: IN ACCORDANCE WITH LABOR CODE SECTIONS 1773.1 AND 1773.9, CONTRA.CTORS SHALL MAKE TRAVEL�OIOR SUBSISTENCE PAYMENTS TO EACH WORKER TO EXECUTE THE WORK YOU MAY OBTAIN THE TRAVELAND/OR SUBSISTENCE PROVISIONS FOR THE CURRENT DETERMINATI ONS ON THE INTERNET AT HTTP:/fvVWW.OIRCA GOV/OPRUOPreWageDelermination,htm TRAVELAND/OR SUBSISTENCE REQUIREMENTS FOR CURRENT OR SUPERSEDED DETERMINATIONS MAY BE OBTAINED BY CONTACTING THE OFFICE OF THE DIRECTOR· RESEARCH UNIT AT(415) 703-4774 B.o.lurn..lo..m""90 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS Craft: Parking and Highway Improvement (Striping, Slurry and Seal Coat Operations-Laborer)# Determination: SC-23-102-6-2023-2 Issue Date: August 22,2023 Expiration date of determination: June 30, 2024** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director -Research Unit for specific rates at (415) 703-4774. Localities: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties. Wages and Employer Payments· Classification Basic Health Vacation/ (Journeyperson) Hourly and Pension Holiday b Training Other Rate Welfare Group 1 $44.10 $8.95 $8.57 $5.26 $1.42 $0.56 Group 2 $45.40 $8.95 $8.57 $5.26 $1.42 $0.56 Group 3 $47.41 $8.95 $8.57 $5.26 $1.42 $0.56 Group 4 $49.15 $8.95 $8.57 $5.26 $1.42 $0.56 Recognized holidays: Daily Total Overtime Hours c Hourly Hourly Rate Rate (1 ½ X) 8.0 $68.86 $90.910 8.0 $70.16 $92.860 8.0 $72.17 $95.875 8.0 $73.91 $98.485 5th & 7th Day Overtime Hourly Rate d (1½ x) $90.910 $92.860 $95.875 $98.485 Holiday Overtime Hourly Rate (2X) $112.96 $115.56 $119.58 $123.06 Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Director's General Prevailing Wage Determinations Website (http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm). Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director -Research Unit at (415) 703-4774. Determination: SC-23-102-6-2023-2 Page 2 of 2 Travel and/or subsistence payment: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Director's General Prevailing Wage Determinations Website (http://www.dir.ca.gov/OPRL/DPreWageDeterm ination.htm). Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director -Research Unit at (415) 703-4 77 4. CLASSIFICATION GROUPS: Group 1 Protective coating, Pavement sealing (repairs and filling of cracks by any method to parking lots, game courts and playgrounds, and tracks, whether indoor or outdoor) Truck Mounted Attenuator Automatous Truck Mounted Attenuator Installation of carstops Traffic Control Person & Serviceman; including work of installing and protecting utility covers, traffic delineating devices, posting of no parking and notifications for public convenience Asphalt Repair Equipment Repair Technician Truncated Dome Assitant Decorative Asphalt Surfacing Applicator Assistant Group 2 Traffic Surface Abrasive Blaster Pot Tender Traffic Control Person/Certified Traffic Control Person Repairing and filling of cracks and surface cleaning on streets, highways, and airports by any means, and other work not directly connected with the application of slurry seal Slurry Seal Squeegeeman (finisher) Bob Cat/Skid Steer Seal Roller Forklift Group 3 Traffic Delineating Device Applicator Traffic Protective System Installer Pavement Marking Applicator Slurry Seal Applicator Operator (Line Driver­ including self-contained distribution units, aggregate spreader truck) Shuttleman (loader/slurry machine operations) operation of all related machinery and equipment; handling of related materials Truncated Dome Technician Decorative Asphalt Surfacing Applicator Group 4 Traffic Striping Applicator Slurry Seal Mixer Operator Power Broom Sweeper ( operation of all related trucks, machinery and equipment; Handling of related materials) Indicates an apprenticeable craft. The current apprentice wage rates are available on the Prevailing Wage Apprentice Determinations Website (http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp). a For classifications within each group, see Page 2. b Includes an amount per hour worked for Supplemental Dues. Straight-time hours: 8 consecutive hours per day. 40 hours over 5 consecutive days, Monday through Sunday shall constitute a week's work at straight time. The sixth consecutive day in the same work week may be worked at straight-time if job is shut down during work week due to inclem ent weather. Certification of Understanding and Authorization This certification is required when a Payroll Officer is not listed on the business license /03130/17) Contractor Name: Leonida Builders Inc. CDBG Area 4 Residential Neighborhood Project Name: ADA Curb Ram Im rovement Pro'ect CDBG PROJECT NO. 602604-23 CDBGProjectNumber: CIP PROJECT NO. SI24104 Project Location: City of Diamond Bar Area 4 Residential Neighborhood (Various locations) Local Contracting Agency (LCA): Labor Standards Officer (LSO): Telephone:__ _ The contractor certifies, by signature below, that the designated payroll officer has received a copy of the federal wage decision assigned to this project as identified below; CA 20240022 Modification Number Dated 04/12/2024 The payroll officer acknowledges, by signature below, that she/he have also received, read, and understands the following provision and publication; ►Federal Labor Standards Provisions (HUD-401 O form), and ►Contractor's Guide to Prevailing Wage Requirements for Federally-Assisted Construction Projects. Further, the person designated as the Payroll Officer understands the labor standards reporting requirements applicable to the above listed project, and she/he is hereby authorized to sign the Statement of Compliance form that will accompany each weekly payroll report for this project on behalf of the contractor. Leonida Builders Inc. 896772 Class A, B, and C-8 Contractor's Business Name License Number Panagiotis Leonida Print Name of Owner or Principal listed on the business license President, Secretary and Treasurer Title p.n rr1z,� N,m!:::::::°'"-':' I certify, by my signature below, that I am aware of the provisions of Section 3700 of the California Labor Code. §3700 requires every employer be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract. CDBG PROJECT NO. 602604-23 CIP PROJECT NO. Sl24104 Date: May 6th, 2024 Project Number: __________ _ Project Name: CDBG Area 4 Curb Ramp Project Company Name: Leonida Builders Inc. Address: 32023 Crown Valley Road Acton, CA 93510 Print Name: Panagiotis Leonida Title: President, Secretar y and Treasurer Signature: _____ .._.,_ _______________________ _ NON-SEGREGATED FACILITIES CERTIFICATION Federally Assisted Construction Projects The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT: 1.Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. 2.Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other 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 segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally-assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers are prescribed in 18 U.S.C. 1001. CDBG PROJECT NO. 602604-23 GIP PROJECT NO. SI24104 Date: May 6th, 2024 Project Number: __________ _ Company: Leonida Builders Inc. Address: 32023 Crown Valley Road Acton, CA 93510 By: Panagiotis Leonida Title: President, Secretary and Treasurer PAST PERFORMANCE CERTIFICATION With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports The lxlbidder, □proposed sub-contractor, hereby certifies that he/she OOhas, □has not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he/she lxlhas, □has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance (OFCCP), a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. CDBG PROJECT NO. 602604-23 Date: May 6th, 2024 Project Number: ciP PROJECT No 5124104 Contract Award: $TBD cause of Alternate Bid. Aw arding Agency: City of Diamond Bar Department od Public Works Contractor Name: Leonida Builders Inc. N/A Total Number of Employees_2_5 __ Affiliate Company: -------------------------------- By: Panagiotis Leonida Title: President, Secretary and Treasurer 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). 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 U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 {EEO-1) must be filed by; (A)All private employers who are: (1)Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2)Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B)All federal contractors (private employers), who:(1)Are not exempt as provided for by 41 CFR 60-1.5(2)Have 50 or more employees, and a.Are prime contractors or first-tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b.Serve as a depository of Government funds in any amount, or c.Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT TO: Whom it may concern : (Name of Labor Union, Workers Representative, etc. TBD (Address) Name of Business (Contractor): Leonida Builders Inc. ------------------------- Project Name: . . CDBG PROJECT NO. 602604-23 CDBG Area 4 Curb Ramp Pro1ect Project Number: cIP PROJECT No_ sI24104 The Undersigned currently holds a contract with The City of Diamond Bar , involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1.Hiring, placement, upgrading, transfer or demotion; 2.Recruitment, advertising or solicitation for employment; 3.Treatment during employment; 4.Rates of pay or other forms of compensation; 5.Selection for training, including apprenticeship; and 6.Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Panagiotis Leonida (P1 inl Name) May 6th, 2024 (Dale) '· • President, Secretary and Treasurer-' , , , .. ('I ilk) California Public Contract Code requires every bid on every public works contract of a public to include a declaration under penalty of perjury under the laws of the State of California, in the following form: NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The under�1q 11 d de ( l,1rl:s President Leonida Secretary, an� Treasurer Builders Inc. I am t lw ,t , 1l1t 11,11ty making the foregoing bid The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___ [date], at ___ [city], ___ [state]." May 6th, 2024 Acton, Californi a Leonida Builders Inc. g Panagiotis Leonida / Pres/{./, Secretary and Treasurer FEDERAL LOBBYIST CERTIFICATION Name of Firm: Leonida Builders Inc. Address: 32023 Crown Valley Road State: California Zip Code: _9_3_5 _1 o ____ Telephone Number: ( 909 ) _27_5_-_33_5_4 _____ _ Acting on behalf of the above named firm as its Authorized Official, I make the following Certification to the U.S. Department of Housing and Urban Development and the Los Angeles County Development Authority (LACDA). 1)No Federal appropriated funds have been paid by or on behalf of the above named firm to any person 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 the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 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 or any 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 above named firm shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3)The above name firm shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreement) and that all sub-recipients shall certify and disclose accordingly. 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 the 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. Authorized Official: Leonida Builders Inc. (Cont1actor/Subco11tracto1) May 6th, 2024 (Date) CONTRACTOR LIST OF PROPOSED SUBCONTRACTORS Bidder must list all subcontracts, regardless of dollar amount or percentage of bid. CDBG Area 4 Curb Ramp Project City of Diamond Bar PROJECT NAME Location City of Diamond Bar Employer SUBCONTRACTORS: Identification Name, Address, and Telephone Number Number PCI Striping Seal Coat DIR# 975 W. 1st Street Azusa, CA 91702 562)218-0504 1000813536 Sign' May 6th, 2024 Date AWARDING AGENCY CDBG PROJECT NO. 602604-23 Project Number CIP PROJECT NO. SI24104 Contractor Estimated Estimated License Contract Start Completion Number Amount Date Date TRADES TO BE USED Lie No. 415490 $3,000.00 TBD TBD Thermoplastic Traffic Striping. Pavement Markings. and Curb Markings. Item No 4 Panagiotis Leonida/ President. Secretary and Treasurer Name and Title Leonida Builders Inc. Company Name x 5/6/2024 WGJ Enterprises Inc., dba PCI 35 William G, Jacob President/Owner $ 3,000.00CDBG PROJECT NO. 602604-23CIP PROJECT NO. SI24104 City of Diamond Bar xx WGJ Enterprises Inc., dba PCI William G, Jacob President/Owner May 6