HomeMy WebLinkAboutArea 4 - CDBG Curb Ramp Project - Full Spec
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
AREA 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602604-23
CIP PROJECT NO. SI24104
All Questions Regarding This Project Are to Be Directed To:
Mr. Christian Malpica Associate Engineer City of Diamond Bar (909) 839-7042 Stan Liu, Mayor
Chia Yu Teng, Mayor Pro Tem
Andrew Chou, Council Member
Ruth M. Lou, Council Member
Steve Tye, Council Member
Daniel Fox, City Manager
March 2024
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
By: 04/10/2024
Jim Bui, P.E. C 86467 Date
Exp: 03/31/2025
PREPARED BY: Nichols Consulting Engineers, Chtd. (NCE)
17050 Bushard Street, Suite 200
Fountain Valley, CA 92708
TELEPHONE: (714)848-8897
Proposals will be received online at
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 3:00 PM on May 6, 2024 for the performance of the above described
services.
i
TABLE OF CONTENTS
ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS 1 - 4
INFORMATION FOR BIDDERS 5 - 14
BIDDER’S PROPOSAL 15 - 16
BID SCHEDULE 17 - 19
LIST OF SUBCONTRACTORS 20 - 21
DECLARATION OF ELIGIBILITY TO CONTRACT 22 - 23
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 24
CONTRACTOR INDUSTRIAL SAFETY RECORD 25
AFFIDAVIT FOR CO-PARTNERSHIP FIRM 26
AFFIDAVIT FOR CORPORATION BIDDER 27
AFFIDAVIT FOR INDIVIDUAL BIDDER 28
AFFIDAVIT FOR JOINT VENTURE 29
FAITHFUL PERFORMANCE BOND 30 - 31
LABOR AND MATERIAL BOND 32 - 33
BID BOND 34 - 35
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION 36
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS AND SUBCONTRACTS 37
NON-COLLUSION AFFIDAVIT 38
CONTRACT AGREEMENT 39-46
PART II - GENERAL PROVISIONS GP-1 – GP-16
ii
TABLE OF CONTENTS
(Continued)
PART III- SPECIAL PROVISIONS SP-1 – SP-10 PART IV - TECHNICAL PROVISIONS TP-1 – TP-18
PART V – APPENDICES APPENDIX A FEDERAL/STATE CONTRACT COMPLIANCE DOCUMENTS APPENDIX B CURB RAMP PLANS APPENDIX C CONSTRUCTION & DEMOLITION (C&D) DEBRIS PLAN APPENDIX D PREVAILING WAGE RATES
iii
PART I BIDDING AND CONTRACTUAL DOCUMENTS
1
1293492.1
CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. SI24104 RECEIPT OF PROPOSALS: Proposals will be received online at http://at/
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 3:00 PM on May 6, 2024 for the furnishing of all labor and materials
and equipment for the AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT (CIP NO. SI24104, CDBG NO. 602604-23) and other
incidental and appurtenant work. No proposal will be considered from
a Contractor who is not licensed as either a Class A or C-8 Contractor
at time of award in accordance with the provisions of the Contractor’s
License Law (California Business and Professions Code, Section 7000
et seq.) and rules and regulations adopted pursuant thereto or to
whom a proposal form has not been issued by the City of Diamond Bar.
The proposals will be publicly opened and read virtually via GoTo
Meeting at 3:00 PM on May 6, 2024. A link to the virtual bid opening
will provided on PlanetBids™ and on the City website
(https://www.diamondbarca.gov/712/RFP-RFQ-BID-Opportunities). DESCRIPTION OF WORK: The work to be performed or executed under
these plans and specifications consists of and includes removal of
existing sidewalk and curb & gutter and the construction of new PCC
curb ramps with curb & gutter and a minimum 2’ HMA plug; and other
incidental and appurtenant work necessary for the proper
construction of the contemplated improvements, as indicated on the
project plans for Area 4 Residential Neighborhood ADA Curb Ramp
Project.
COMPLETION OF WORK: All work shall be completed within thirty (30) working days after the Notice to Proceed is issued by the City.
ENGINEER'S ESTIMATE: The Area 4 Residential Neighborhood ADA Curb
Ramp Project is estimated to cost $80,800 for the Base Bid and $122,480 for the Add Alternate all in accordance with the provisions
of the Plans, Specifications, Notices and Instructions to Bidders.
OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all
contract documents may be obtained at Planet Bids
(https://www.planetbids.com/portal/portal.cfm?CompanyID=39500). PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by
a cashier's or certified check or by a bid bond in the amount of ten
percent (10%) of the bid price payable to the City of Diamond Bar as
a guarantee that the bidder, if his proposal is accepted, will
2
1293492.1
promptly execute the contract, secure payment of Workmen's
Compensation Insurance, furnish a satisfactory Faithful Performance
Bond in the amount of one hundred percent (100%) of the total bid
price, and a Labor and Material Bond in an amount not less than one
hundred percent (100%) of the contract price. Said bonds to be
secured from a surety company authorized to do business in the State
of California, and subject to the approval of the City Attorney.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the
“Information for Bidders” section, pages 5 through 9. Bidders who do
not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive.
PREVAILING WAGE RATE: As required by the California Labor Code,
Section 1770 et seq. the City Council of the City of Diamond Bar
incorporates herein by reference the general prevailing rate of per
diem wages as determined by the Director of Industrial Relations of
the State of California. Copies of the prevailing rate of per diem
wages are on file in the office of the City Clerk and will be made
available to any interested party upon request. In accordance with
the Labor Code, no workman employed upon work under this contract
shall be paid less than the above referenced prevailing wage rate.
A copy of said rates shall be posted at each job site during the
course of construction.
This project is funded in whole or in part with Community Development
Block Grant (CDBG) funds provided by the U. S. Department of Housing
and Urban Development (HUD). Federal Labor Standards Provisions,
including prevailing wage requirements of the Davis-Bacon and
Related Acts will be enforced. In the event of a conflict between
Federal and State wages rates, the higher of the two will prevail.
The State wage rates are available online at
http://www.dir.ca.gov/DLSR/PWD/index.htm. Lower State wage rates
for work classifications not specifically included in the Federal
wage decision are not acceptable.
The Contractor’s duty to pay State prevailing wages can be found
under Labor Code Section 1770 et seq. and Labor Code Sections 1775
and 1777.7 outline the penalties for failure to pay prevailing wages
and employ apprentices including forfeitures and debarment.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two
hundred dollars ($200.00) for each laborer, workman or mechanic
employed for each calendar day or portion thereof, if such laborer,
workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this AGREEMENT,
by him or by any subcontractor under him.
3
1293492.1
Any classification omitted herein shall be paid not less than the
prevailing wage scale as established for similar work in the
particular area, and all overtime shall be paid at the prevailing
rates as established for the particular area. Sunday and holiday
time shall be paid at the wage rates determined by the Director of
Industrial Relations.
CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section
1725.5, which precludes the award of a contract for a public work on
any public works project awarded after April 1, 2015. This Agreement
is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
PAYMENT: Payment will be made to the Contractor in accordance with
the Specifications.
CONTRACTOR ELIGIBILITY VERIFICATION
Prior to awarding a contract, the Contractor’s Eligibility will be
verified as follows:
1) status with the California Department of Industrial
Relations at http://www.cslb.ca.gov, https://efiling.dir.ca.gov,
and 2) eligibility at http://www.dir.ca.gov/dlse/debar.html and
excluded parties list at the federal System for Award Management
(SAM) website https://www.sam.gov. PAYMENT: Payment will be made to the Contractor in accordance with
the Specifications.
RETENTION OF RECORDS RELEVANT TO AUDITS AND REVIEWS: The Contractor
and subcontractors working in the City of Diamond Bar must retain
records pertaining to said project for a minimum of five (5) years.
Records to be retained include but are not limited to documents
regarding payroll, change orders, field directives, as-built plans,
etc.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right
to reject any and all proposals or bids, should it deem this
necessary for the public good, and also the bid of the bidder who
has been delinquent or unfaithful in any former contract with the
City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid opening.
4
1293492.1
BID AWARD: Subject to the reservations noted above, the contract
will be awarded to the lowest responsible bidder.
CITY OF DIAMOND BAR, CALIFORNIA
DATE:
By: David G. Liu, P.E
Public Works Director/City Engineer
RMRA Measure M R Local Return Gas Tax
eet Rehab.- Area 1a, 1b, 2 (Design)
n)
ntain Laurel)
anyon to Lemon)
to BCY)
82,779$ 82,779$
om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$
eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $
en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$
mp Project (Const.)177,855$
nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $
250-5510-46412)
Project Description Total FY Budget (109) Measure
M
(111)
Gas Tax
(112)
Prop A
(113)
Prop C
Sign and HSL Replacement (Design)50,000$ 50,000$
Sign and HSL Replacement (Construction)350,000$ 350,000$
al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $
780,000$ 350,000$ 140,000$ 100,000$ 190,0 $
ments (250-5510-46413)
Project Description Total FY Budget (113)
Prop C
Foothill Transit
Grant
60,000$ 60,000$
SD/Calbourne 40,000$ 40,000$
nfrastructure Improvements 100,000$ 60,000$ 40,000$
0-5510-46420)
Project Description Total FY Budget (107) Measure
W
(108)
RMRA
(109)
Measure M
(113)
Prop C
ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$
4/11/2024
5
1293492.1
INFORMATION FOR BIDDERS
1. PREPARATION OF BID FORM: The City invites bids on the form
attached to be submitted at such time and place as is stated in
the Notice Inviting Sealed Bids. All bids should be made in
accordance with the provisions of the Standard Specifications
for Public Works Construction, Latest Edition (with all
supplements). All blanks on the bid form must be appropriately
filled in. All bids shall be submitted in sealed envelopes
bearing on the outside the name of the bidder, his address, and
the name of the project for which the bid is submitted. It is
the sole responsibility of the bidder to see that the bid is
received in the proper time. Any bid received after the
scheduled closing time for receipt of bids will be returned to
the bidder unopened.
2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash
or by a cashier's or certified check or by a bid bond in the
amount of not less than ten percent (10%) of the amount named
in the proposal. Said check or bond shall be made payable to
the City Clerk of the City of Diamond Bar and shall be given as
a guarantee that the bidder, if awarded the work, will enter
into a contract within ten (10) days after written notice of
the award and will furnish the necessary bonds as hereinafter
provided. In case of refusal or failure to enter said contract,
the check or bond, as the case may be, shall be forfeited to
the City. No bidder's bond will be accepted unless it conforms
substantially to the form furnished by the City, which is bound
herein, and is properly filled out and executed.
3. SIGNATURE: The bid must be signed in the name of the bidder
and must bear the signature in longhand of the person or persons
duly authorized to sign the bid on behalf of the bidder.
4. MODIFICATIONS: Changes in or addition to the bid form,
recapitulations of the work bid upon, alternative proposals or
any other modifications of the bid form which is not
specifically called for in the contract documents may result in
the Owner's rejection of the bid as not being responsive to the
invitation to bid. No oral or telephonic modification of any
bid submitted will be considered. The bid submitted must not
contain any erasures, interlineation, or other corrections
unless each such correction is suitably authenticated by
affixing in the margin immediately opposite the correction the
surname or surnames of the person or persons signing the bid.
5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between
words and figures, the words shall prevail. If the amounts bid
on individual items (if called for) do not in fact add to the
6
1293492.1
total amount shown by the bidder, the correctly added total of
the individual items shall prevail over the total figure shown.
The estimated quantities and amounts are for the purpose of
comparison of bids only. The City Council of the City of
Diamond Bar reserves the right to reject any or all bids and to
waive any irregularity or informality in any bid to the extent
permitted by law.
6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine
carefully the site of the proposed work and the contract
documents therefore. It will be assumed that the bidder has
investigated and is satisfied as to the conditions to be
encountered as to the character, quality, and quantity of
materials to be furnished, and as to the requirements of the
contract, specifications and drawings. The name of the
individual who examined the site of the work and the date of
such examination shall be stated in the proposal.
By submitting a bid, the bidder will be held to have personally
examined the site and the drawings, to have carefully read the
specifications, and to have satisfied himself as to his ability
to meet all the difficulties attending the execution of the
proposed contract before the delivery of his proposal, and
agrees that if he is awarded the contract, he will make no claim
against the City of Diamond Bar based on ignorance or
misunderstanding of the contract provisions.
7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either
personally, by written request, or by telegraphic request
confirmed in the manner specified above at any time prior to
the scheduled closing time for receipt of bids.
8. INSURANCE AND BONDS: The Contractor shall not commence work
under this contract until he has secured all insurance and bonds
required under this section nor shall he allow any subcontractor
to commence work on this subcontract until all similar insurance
issued in compliance with this section shall be issued in the
form, and be an insurer of the insurers, satisfactory to and
first approved by the City in writing. Certificates of
Insurance in the amounts required shall be furnished by the
Contractor to the City prior to the commencement of work.
The Contractor shall maintain adequate Workmen's Compensation
Insurance under the laws of the State of California for all
labor employed by him or by any subcontractor under him who may
come within the protection of such Workmen's Compensation
Insurance laws.
7
1293492.1
The Contractor shall maintain public liability insurance to
protect said Contractor and the City against loss from liability
imposed by law, for damages on account of bodily injury,
including death resulting therefrom, suffered or alleged to
have been suffered by any person or persons, other than
employees, resulting directly or indirectly from the
performance or execution of this contract or any subcontract
thereunder, and also to protect said Contractor and the City
against loss from liability imposed by law, for damage to any
property. Damage insurance shall be maintained by the
Contractor in full force and effect during the entire period of
performance under this contract, in the amount of not less than
$2,000,000 for one person injured in the accident and in the
amount of not less than $2,000,000 for more than one person
injured in one accident and in the amount of not less than
$1,000,000 with respect to any property damage aforesaid.
The Contractor shall secure with a responsible corporate
surety, or corporate sureties, satisfactory bonds conditioned
upon faithful performance by the Contractor of all requirements
under the contract and upon the payment of claims of materials,
men and laborers thereunder. The Faithful Performance Bond
shall be in the sum of not less than one hundred percent (100%)
of the estimated aggregate amount of the payment to be made
under the contract computed on the basis of the prices stated
in the proposal. The Labor and Material Bond shall be in the
sum of not less than one hundred percent (100%) of the estimated
aggregate amount of the payments to be made under the contract
computed on the basis of the prices stated in the proposal.
9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person
contemplating submitting a bid for proposed contract is in doubt
as to the true meaning of any part of the drawings,
specifications, or other contract documents, or finds
discrepancies in, or omissions from the drawings and
specifications, he may submit to the City a written request for
an interpretation or correction thereof. The person submitting
the request will be responsible for its prompt delivery. Any
interpretation or correction of the contract documents will be
made only by Addendum duly issued and a copy of such addendum
will be mailed or delivered to each person receiving a set of
the contract document. No person is authorized to make any
oral interpretation of any provision in the contract documents
to any bidder, and no bidder is authorized to rely on any such
unauthorized oral interpretation.
10. DISQUALIFICATION OF BIDDERS: More than one proposal from an
individual, firm partnership, corporation, or association under
the same or different names, will not be considered. Reasonable
8
1293492.1
grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the
rejection of all proposals in which such bidder is interested.
If there is reason for believing that collusion exists among
the bidders, all bids will be rejected and none of the
participants in such collusion will be considered in future
proposals.
No award will be made to any bidder who cannot give satisfactory
assurance as to his ability to carry out the Contract, both
from his financial rating and by reason of his previous
experience as a Contractor on work of the nature contemplated
in the Contract. The bidder may be required to submit his
record of work of similar nature to that proposed under these
specifications, and unfamiliarity with the type of work may be
sufficient cause for rejection of the bid.
11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be
prohibited from performing work on this project with a
subcontractor who is ineligible to perform work on the project
pursuant to Section 1777.1 or 1777.7 of the Labor Code.
12. AWARD OF CONTRACT: No proposal will be considered from a
Contractor who is not licensed as a Class A or Class C-8
contractor at time of award in accordance with the provisions
of the Contractor’s License Law (California Business and
Professions Code, Section 7000 et seq.) and rules and
regulations adopted pursuant thereto or to whom a proposal form
has not been issued by the City of Diamond Bar. The City may
award the Contract to the lowest responsible bidder on the total
base bid. The Contract, if awarded, will be awarded to a
responsible bidder whose proposal complies with the
requirements of these specifications. The award, if made, will
be made within ninety (90) calendar days after the opening of
the proposals; provided that the award may be made after said
period of the successful bidder shall not have given the City
written notice of the withdrawal of his bid.
A contractor or subcontractor shall not be qualified to bid on,
be listed in a bid proposal, subject to the requirements of
Public Contract Code §4104, or engage in the performance of any
contract for public work, as defined in the Public Contract
Code, unless currently registered and qualified to perform
public work pursuant to Section 1725.5. It is not a violation
of Labor Code §1771.1 for an unregistered contractor to submit
a bid that is authorized by Business and Professions Code §
7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided
the contractor is registered to perform public work pursuant to
Labor Code § 1725.5 at the time the contract is awarded.
9
1293492.1
This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
The prime contractor is required to post job site notices as
prescribed by regulation pursuant to Labor Code § 1771.4 and
all contractors must secure the payment of compensation to its
employees pursuant to Labor Code § 3700.
13. ALTERNATES: If alternate bids are called for, the Contract may
be awarded at the election of the governing board to the lowest
responsible bidder on the basis of the base bid only.
14. COMPETENCY OF BIDDERS: In selecting the lowest responsible
bidder, consideration will be given not only to the financial
standing but also to the general competency of the bidder
including qualifications, references, proper licensing,
adequate workforce and experience for the performance of the
work covered by the proposal.
15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and
regularly engaged in the general class or type of work called
for under the contract. A statement setting forth his/her
experience shall be submitted by each bidder on the EXPERIENCE
STATEMENT form provided.
10
1293492.1
EXPERIENCE 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.
1. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
2. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
3. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
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 his current financial condition.
Bidder's Signature
11
1293492.1
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.
16. 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.
17. 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
12
1293492.1
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.
20. "OR EQUAL": Pursuant to Division 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
13
1293492.1
all subcontractors shall comply with Section 5 a. 3, Title 29
of the Code of Federal Regulations (29CFR).
22. EVIDENCE OF RESPONSIBILITY: Upon 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, Division 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
Caltrans 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
14
1293492.1
a lower tier subcontractor meeting the requirements of Section
9204(d)(5). Within 45 days of receipt of the Claim, or any
extension thereof agreed upon by the City and the Bidder, the
City will conduct a reasonable review of the Claim and provide
the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment
of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City
does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the
Claim is deemed rejected, the Bidder may demand in writing by
registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an
effort to settle the disputed portion of any Claim. Within 30
days of receipt of such written demand, the City shall schedule
a meet and confer conference.
If any portion of the Claim remains in dispute after the
conference, the City shall, within 10 City business days of the
conclusion of the conference, provide the Bidder with a written
statement identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any undisputed
portion shall be made within 60 days after the City issues its
written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section
9204(c)(2)(B), unless the Bidder and City waive the mediation
upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub-recipients, the
conflict of interest provision including, but not limited to,
2 CFR part 200, Subpart B, 200.112, 24 CFR Part 570.611 and 24
CFR part 85, Section 85.36 (b), respectively, shall apply. No
employee, officer or agent of the sub-recipient shall
participate in selection or in award of administration of a
contract supported by Federal funds if a conflict of interest,
real or apparent, would be involved.
15
1293492.1
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
Date , 20
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:
(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.
16
1293492.1
(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
DOLLARS ($ ).
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.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
17
1293492.1
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
NO.
EST.
QUANT.
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
1 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION.
2 6 EA
REMOVE EXISTING
IMPROVEMENTS AND CONSTRUCT
CURB RAMP PER SPPWC STD.
PLAN NO. 111-5, INCLUDING
MOBILIZATION, TRAFFIC
CONTROL, AND PUBLIC
SAFETY.
3 95 SF
REMOVE EXISTING CURB RAMP
OR SIDEWALK AND CONSTRUCT
CONCRETE SIDEWALK PER
SPPWC STD PLAN 113-2 and
130-2.
4 1 LS
THERMOPLASTIC TRAFFIC
STRIPING, PAVEMENT
MARKINGS, AND CURB
MARKINGS.
BASE BID SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)→
BASE BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
ADD ALTERNATE SCHEDULE
ITEM
NO.
EST.
QUANT.
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
AA-1 4 EA
REMOVE EXISTING
IMPROVEMENTS AND CONSTRUCT
CURB RAMP PER SPPWC STD.
18
1293492.1
ITEM
NO.
EST.
QUANT.
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
PLAN NO. 111-5, INCLUDING
MOBILIZATION, TRAFFIC
CONTROL, AND PUBLIC
SAFETY.
AA-2 20 SF
REMOVE EXISTING CURB RAMP
OR SIDEWALK AND CONSTRUCT
CONCRETE SIDEWALK PER
SPPWC STD PLAN 113-2 and
130-2.
AA-3 2,142 SF
REMOVE EXISTING CROSS
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 122-3.
ADD ALTERNATE SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)→
ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
BASE BID + ADD ALTERNATE SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)→
BASE BID + ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
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.
19
1293492.1
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
(Insert "$ 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.
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
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
Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
20
1293492.1
LIST OF SUBCONTRACTORS *
BID OPENING DATE
PROJECT PROJECT NO.
LOCATION
CLIENT
CONTRACTOR
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
* 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
21
1293492.1
license of each Subcontractor – who will perform work or labor or
render service to the Prime Contractor, specially fabricates and
installs a portion of the work or improvement necessary to complete
construction contained in the plans and specifications, in an
amount in excess of one-half (1/2) of one percent (1%) of the
General Contractor’s total base bid amount or, in the case of bids
or offers for the construction of streets or highways, including
bridges in excess of one-half of 1 percent (0.5%)of the Prime
Contractor’s total base bid or ten thousand ($10,000.00),
whichever is greater, and the portion of the work which will be
done by each Subcontractor.
22
1293492.1
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 1777.1 and 1777.7 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
23
1293492.1
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 under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this day
of ________________, 202_, at ___________________ (place of execution).
Signature
Name:
Title:
Name of Contractor: _____________________________
24
1293492.1
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance
with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who
has a proprietary interest in the business of the Bidder, ever been
disqualified, removed, or otherwise prevented from bidding on or
completing a federal, state or local government project because of
violation of law or a safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor,
hereby states under penalty of perjury, that no more than on final
unappealable finding of contempt of court by a federal court has been
issued against the Contractor within the immediately preceding two-year
period because of the Contractor’s failure to comply with an order of
a federal court which orders the Contractor to comply with an order of
the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
25
1293492.1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
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
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2021 2022 2023 TOTAL 2024
No. of Contracts
Total dollar amount of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*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.
______________________________ ________________________________
Name of Bidder (Print Signature
______________________________ ________________________________
Address State Contractor’s Lic. No. & Class
______________________________ ________________________________
City Zip Code Telephone
26
1293492.1
AFFIDAVIT FOR CO-PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly
sworn, deposes and says:
That he is a member of the co-partnership firm designated as
which is the party making the foregoing proposal or bid; that such bid
is genuine and not collusive or sham; that said bidder has not colluded,
conspired, connived or agreed, directly or indirectly, with any other
bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to
secure any advantage against the City of Diamond Bar or any person
interested in the proposed contract, for himself or for any other
person.
That he has been and is duly vested with authority to make and sign
instruments for the co-partnership by
who constitute the other members of the co-partnership.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
27
1293492.1
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he is
of,
a corporation which is the party making the foregoing proposal or bid;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
28
1293492.1
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that
such bid is genuine and not collusive or sham; that said bidder has not
colluded, conspired, connived or agreed, directly or indirectly, with
any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
29
1293492.1
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he
of,
one of the parties submitting the foregoing bid as a joint venture and
that he has been and is duly vested with the authority to make and sign
instruments for and on behalf of the parties making said bid who are:
;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.________________
30
1293492.1
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City"), has awarded to (Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as
follows: WHEREAS, Principal is required under the terms of the Contract to
furnish a bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto City in the
penal sum of
Dollars ($______________), this amount being not less than the total
contract price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his, her, or its, heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by, and
covenants, conditions and agreements in the Contract and any alteration
thereof made as therein provided, on the Principal's part to be kept
and performed, all within the time and in the manner therein specified,
and in all respects according to their true intent and meaning, and
shall indemnify and hold harmless City, its officers, agents, and others
as therein provided, then this obligation shall become null and void;
otherwise, it shall be and remain in full force and effect.
31
1293492.1
In case suit is brought upon this bond, Surety further agrees to pay
all court costs and reasonable attorneys' fees in an amount fixed by
the court.
FURTHER, the Surety, for value received hereby stipulates and agrees
that no change, extension of time, alteration, addition or modification
to the terms of the Contract, or of the work to be performed thereunder,
or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any
such change, extension of time, alteration, addition, or modification
to the terms of the Contract or to the work or to the specifications
thereunder. Surety hereby waives the provisions of California Civil
Code §§ 2845 and 2849. The City is the principal beneficiary of this
bond and has rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
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:__________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its 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)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No.________________
32
1293492.1
PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as
follows: WHEREAS, Principal is required under the terms of the Contract and the
California Civil Code to secure the payment of claims of laborers,
mechanics, materialmen, and other persons as provided by law.
NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto City in the
penal sum of Dollars($________________),
this amount being not less than one hundred (100%) of the total contract
price, in lawful money of the United States of America, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his, her or its heirs, executors, administrators,
successors, or assigns, or subcontractors shall fail to pay any of the
persons named in Section 3181 of the California Civil Code, or any
amounts due under the Unemployment Insurance Code with respect to work
or labor performed under the Contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to work or labor performed under the Contract, the
Surety will pay for the same in an amount not exceeding the penal sum
specified in this bond; otherwise, this obligation shall become null
and void. This bond shall insure to the benefit of any of their persons
named in Section 3181 of the California Civil Code so as to give a right
of action to such persons or their assigns in any suit brought upon the
bond. In case suit is brought upon this bond, Surety further agrees to
33
1293492.1
pay all court costs and reasonable attorneys' fees in an amount fixed
by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration, addition, or modification
to the terms of the Contract or of the work to be performed thereunder,
or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any
such change, extension of time, alteration, addition, or modification
to the terms of the Contract or to the work or to the specifications
thereunder. Surety hereby waives the provisions of California Civil
Code §§ 2845 and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
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
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Notary
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)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No._________________
34
1293492.1
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar (“City”), has issued an invitation
for bids for the work described as follows: AREA 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602604-23
CIP PROJECT NO. SI24104 WHEREAS (Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California
Public Contract Code to furnish a form of bidder's security with their
bid.
NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of Dollars($______________), being not less than ten percent (10%) of the
total bid price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal is awarded a contract for the work by City and within the
time and in the manner required by the bidding specifications, entered
into the written form of contract included with bidding specifications,
furnishes the required bonds, one to guarantee faithful performance and
the other to guarantee payment for labor and materials, and furnishes
the required insurance coverages, then this obligation shall become
null and void; otherwise, it shall be and remain in full force and
effect.
35
1293492.1
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:
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its 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)
36
1293492.1
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
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
37
1293492.1
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 , proposed subcontractor , hereby certifies that
he has , 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 , 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.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
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.
38
1293492.1
NON-COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID)
The undersigned declares:
I am the _____________________ of _________________, the party 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].
_____________________________ _________________________________
Business Name Signature of Bidder (must be notarized)
________________________________
Business Address
Attach Notary Acknowledgement Form to this form when submitting
39
1293492.1
Bidder Agrees to Execute Agreement In Substantially This Form
AGREEMENT
The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between ____________________ hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY."
WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened, and declared on the date specified in the notice; and
WHEREAS, CITY accepted the bid of CONTRACTOR __________________________ and;
WHEREAS, CITY has authorized the Mayor to execute a written contract with
CONTRACTOR for furnishing labor, equipment and material for the AREA 4 RESIDENTIAL
NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT (CIP NO. SI24104, CDBG
NO. 602604-23) in the City of Diamond Bar.
NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT (CIP NO. SI24104, CDBG NO. 602604-23) in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated March 2024 (The Plans and Specifications) on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Bid dated , together with this AGREEMENT, shall constitute the contract between the parties. This AGREEMENT is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this AGREEMENT, the following order of precedence shall apply: (1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid.
3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set
forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and
fulfilling all obligations hereunder. Said compensation in the amount of _____________ shall
cover all expenses, losses, damages, and consequences arising out of the nature of the work
during its progress or prior to its acceptance including those for well and faithfully completing the
work and the whole thereof in the manner and time specified in the aforesaid contract
documents; and also including those arising from actions of the elements, unforeseen difficulties
or obstructions encountered in the prosecution of the work, suspension or discontinuance of the
work, and all other unknowns or risks of any description connected with the work. Final payment
40
1293492.1
to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified,
to the City's satisfaction, that it has submitted all information to the Department of Industrial
Relations required by Labor Code §1773.3.
4. TERM OF CONTRACT: CONTRACTOR agrees to complete the work within thirty (30) working days from the date of the notice to proceed.
CONTRACTOR agrees further to the assessment of liquidated damages in the amount of seven hundred and fifty dollars ($750) for each calendar day the work remains incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof from any monies due or that may become due the CONTRACTOR under this AGREEMENT. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 5. INSURANCE: CONTRACTOR shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The CONTRACTOR shall take out and maintain at all times during the life of this contract the following policies of insurance:
a. Workers' Compensation Insurance: Before beginning work, the CONTRACTOR shall furnish to the CITY a certificate of insurance as proof that he has taken out full workers' compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every CONTRACTOR shall secure the payment of compensation to his employees. The CONTRACTOR, prior to commencing work, shall sign and file with the CITY a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract."
b. For all operations of the CONTRACTOR or any sub-contractor in performing the work provided for herein, insurance with the following minimum limits and coverage:
1) General Liability - $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this AGREEMENT or the general aggregate limit shall be twice the required occurrence limit.
2) Automobile - $1,000,000 per accident for bodily injury and property damage.
41
1293492.1
3) Employer's Liability - $1,000,000 per accident for bodily injury or disease.
c. Each such policy of insurance provided for in paragraph b. shall:
1) Be issued by an insurance company approved in writing by CITY, which is authorized to do business in the State of California.
2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included;
3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy;
4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by CITY of a written notice of such cancellation or reduction of coverage."
5) Otherwise be in form satisfactory to the CITY. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which:
1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of CONTRACTOR or any subcontractor in performing the work provided for herein;
2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to CITY.
e. The CONTRACTOR shall, prior to performing any work under this AGREEMENT, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. f. Self Insured Retention/Deductibles. All policies required by this AGREEMENT shall allow CITY, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner (as the named insured) should CONTRACTOR fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. CONTRACTOR understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this AGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR
42
1293492.1
or deductible constitutes a material breach of this AGREEMENT. Should CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the CONTRACTOR’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, CITY may include such amounts as damages in any action against CONTRACTOR for breach of this AGREEMENT in addition to any other damages incurred by CITY due to the breach.
6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21810 Copley Drive, Diamond Bar, California, and are available to any interested party on request. CITY also shall cause a copy of such determinations to be posted at the job site.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him.
CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. CONTRACTOR is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other CONTRACTORS on the public works site are making such contributions.
CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.
8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the CONTRACTOR and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended.
43
1293492.1
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8.
10. CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of CITY. In connection therewith: a. CONTRACTOR will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. CONTRACTOR will promptly pay any judgment rendered against CONTRACTOR or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of CONTRACTOR hereunder, and CONTRACTOR agrees to save and hold the Indemnitees harmless therefrom. c. In the event Indemnitees are made a party to any action or proceeding filed or prosecuted against CONTRACTOR for damages or other claims arising out of or in connection with the work, operation or activities hereunder, CONTRACTOR agrees to pay to Indemnitees and any all costs and expenses incurred by Indemnitees in such action or proceeding together with reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of CITY under any provision of this AGREEMENT, Contractor shall not be required to indemnify and hold harmless CITY for liability attributable to the active negligence of CITY, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown to have been actively negligent and where CITY active negligence accounts for only a
44
1293492.1
percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of CITY. So much of the money due to CONTRACTOR under and by virtue of the contract as shall be considered necessary by CITY may be retained by CITY until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the AGREEMENT and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this AGREEMENT or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the CONTRACTOR regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees.
11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this AGREEMENT because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor Code Section 1735.
12. PAYMENT FUND: A City Council resolution established a Project Payment
Account, encumbered money in the current budget, and assigned that money to the Project
Payment Account, which is the sole source of funds available for payment of the contract sum
set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that
CONTRACTOR will be paid only from this special fund and if for any reason this fund is not
sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability
of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to
CITY's obligation to make payments to CONTRACTOR.
13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public
Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a
sufficient description of the claim, the basis therefore and documentation in support of the claim.
The claim shall be processed as more fully set forth in the Plans and Specifications.
14. TERMINATION: This AGREEMENT may be terminated by the CITY, without
cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30)
days prior to the date of termination specified in the notice. Upon receipt of such notice,
Contractor shall immediately cease work, unless otherwise directed by the Notice of
Termination. In the event of such termination, Contractor shall be paid for services satisfactorily
rendered and expenses reasonably and necessarily incurred prior to the effective date of
termination, unless the Notice of Termination is issued for cause, in which event the City may
withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits.
45
1293492.1
State of California "CONTRACTOR'S" License No. ________________________ CONTRACTOR'S Business Phone:
CONTRACTOR'S emergency phone which can be reached at any time:
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities required by law on the respective dates set forth opposite their signatures.
By: ______________________________________ Title: _________________________________ Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ DAN FOX, CITY MAYOR __________________________ Date ATTEST: By: _____________________________________ KRISTINA SANTANA, CITY CLERK __________________________ Date
APPROVED AS TO FORM: _____________________________________ OMAR SANDOVAL, CITY ATTORNEY
_____________________________
Date
46
1293492.1
*NOTE: If Contractor is a corporation, the City requires the following signature(s):
-- The Chairman of the Board, the President or a Vice-President, AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an
Assistant Treasurer. If only one corporate officer exists or one corporate officer
holds more than one corporate office, please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into
this Agreement. A copy of the corporate resolution, certified by the Secretary
close in time to the execution of the Agreement, must be provided to the City.
GP - 1
12
PART II GENERAL PROVISIONS
GP - 2
12
GENERAL PROVISIONS FOR AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. SI24104
1. GENERAL CONDITIONS
All work shall be done in accordance with the Standard
Specifications for Public Works Construction “Greenbook” (Latest
Edition and all subsequent supplements), hereinafter referred to
as Standard Specifications; the State of California Department of
Transportation Standard Specifications (Latest Edition and all
subsequent supplements), hereinafter referred to as Caltrans
Standard Specifications; Plans, Standard Construction Drawings;
and these Special Provisions.
2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS
Section 1. General.
Section 1-7. Award and Execution of Contract is amended by the
following:
(a) Examination of Plans, Specifications, Special Provisions, and
Site of Work: The bidder is required to examine carefully
the site and the proposal, plans, specifications and contract
forms for the work contemplated, and it will be assumed that
the bidder has investigated and is satisfied as to the
conditions to be encountered, including all installations and
utilities, whether underground, surface or overhead, as to
the character, quality and quantities of work to be performed
and materials to be furnished, and as to the requirements of
the specifications, the special provisions and the Contract.
It is mutually agreed that submission of a proposal shall be
considered prima facie evidence that the bidder has made such
examination.
(b) Proposal Form: All proposals must be made upon blank forms
to be obtained from the City Clerk at City Hall, 21810 Copley
Drive, Diamond Bar, California. All proposals must give the
prices proposed, both in writing and figures, and must be
signed by the bidder, and his address shown. If the proposal
is made by an individual, his name and post office address
must be shown. If made by a firm or partnership, the name
GP - 3
12
and post office address of each member of the firm or
partnership must be shown. If made by a corporation, the
proposal must show the name of the state under the laws of
which the corporation was chartered and the names, titles,
and business addresses of the president, secretary, and
treasurer.
c) Rejection of Proposals Containing Alterations, Erasures or
Irregularities: Proposals may be rejected if they show any
alterations or form additions not called for, conditional or
alternative proposals, incomplete proposals, erasures, or
irregularities of any kind.
d) Bidder's Guarantee: All proposals shall be presented under
sealed cover and shall be accompanied by cash, cashier's check
or certified check payable to, or bidder's bond in favor of
the City of Diamond Bar in an amount of not less than ten
percent (10%) of the amount named in said proposal, and no
proposal shall be considered unless such cash, cashier's
check, certified check or bidder's bond is enclosed
therewith.
e) Return of Bidder's Guarantees: Proposal guarantees will be
held until the Contract has been finally executed, after which
they will be returned to the respective bidders whose
proposals they accompany.
The Notice to Bidders, Proposal, bonds, Instructions to bidders,
General Provisions and Detail Specifications, shall be deemed
incorporated in the Contract by reference. A Corporation to
which an award is made will be required, before the Contract is
finally executed, to furnish evidence of its corporate existence
and evidence that the officer signing the Contract and bonds for
the corporation is duly authorized to do so.
Section 3 – Control of the Work.
Section 3-7. Contract Documents, is amended by the addition of
the following:
An addendum to these specifications may be issued by the City
Engineer at any time prior to the bid opening.
Section 3-10. Surveying
Subsection 3-10.1. General. Replace the entire subsection and
substitute the following:
GP - 4
12
The Contractor shall provide surveying and construction staking
required for the construction of this project. The Contractor shall
submit to the City for approval, the qualifications of the Licensed
Land Surveyor, prior to commencing the construction staking.
All survey monuments, centerline ties and survey reference points
shall be protected in place or reestablished where disturbed, in
accordance with Section 8771 of the Professional Land Surveyor’s Act
(Business & Professions Code Section 8700 et seq.), prior to Project
acceptance. This work will be the responsibility of the Contractor
and shall be at the Contractor’s sole cost and expense.
All construction control surveying, including verification of the
existing surfaces required to establish control of line and grade
for the finish surface, shall be performed under the supervision of
a Registered Civil Engineer or Licensed Land Surveyor at the expense
of the Contractor.
Survey stakes shall be set and stationed by the Contractor’s surveyor
as follows:
1) Drains 50' intervals and change of alignment or grade
2) Water 40' intervals and change of alignment or grade
3) Sewer 40’ intervals and change of alignment or grade
4) Structures 4 corners with reference elevations
5) Rough Grade As required to achieve cut or fill to finished
grade (or flow line) as indicated on a
grade sheet (maximum interval of: 50'
intervals, 50’ grid pattern, and change of
alignment or grade)
6) Finish Grade As required to achieve cut or fill to finished
grade (or flow line) as indicated on a
grade sheet (maximum interval of: 25'
intervals, 25’ grid pattern, and change of
alignment or grade; as well as 15’
intervals and 15’ grid pattern for
intersections and curb return areas)
Offsets and locations shall be as agreed upon. The Contractor shall
transfer grade hubs for construction as he may require. The Engineer
shall have the right to verify the Contractor’s survey extensions,
and if found deficient, the Contractor shall pay the costs thereof.
Subsection 3-10.3 Line and Grade. Delete the entire subsection and
substitute the following:
All work, including finished surfaces, shall during its progress and
upon completion conform to the lines, grades, cross-sections,
GP - 5
12
elevations and dimensions shown on the Plans. All distances and
measurements are given thereon and will be made in a horizontal
plane. Three consecutive points shown on the same rate of slope
must be used in common in order to detect any variation from a
straight line. In the event any discrepancy exists, it must be
reported to the City’s Representative. Failure to make this report
shall make the Contractor responsible for any error in the finished
work. Minor deviations from approved plans, whenever required by
the exigencies of construction, shall be determined in all cases by
the City’s Representative and authorized in writing.
Subsection 3-10.3 Permanent Survey Markers. Add the following entire
subsection:
The Land Surveyors Act, Section 8771 of the Business and Professional
Code, and Sections 732.5, 1492-5, and 1810-5 of the Streets and
Highways Code require that survey monuments shall be protected and
perpetuated.
The Contractor shall be responsible prior to the start of
construction for locating, referencing, and filing of Corner Records
with the County Surveyor’s office for survey control points/
monuments that exist as shown on recorded Tract Maps, Parcel Maps,
Records of Surveys and Highway Maps which are going to be affected
or disturbed by the proposed construction.
After the proposed completion of the proposed construction, said
monuments and/or control survey points shall be reset to the new
surface in accordance with current professional land surveying
practices. Corner Records shall be filed with the County Surveyor,
with a copy provided to the City, for all new monuments set.
Section 3-12. Work Site Maintenance.
Subsection 3-12.6.1 General is amended by the addition of the
following:
The contractor shall conform to the requirements of the National
Pollutant Discharge Elimination System (NPDES) Permit for
Construction Activities, NPDES No. CAS000002.
Subsection 3-12.6.2 Best Management Practices (BMPs) is amended by
the addition of the following:
The Contractor shall protect by any means all construction related
materials from being discharged from the site by the forces of wind
or water. At a minimum the contractor and/or any subcontractors are
GP - 6
12
required to place gravel bags and fabric around all storm drain
inlets, and also place gravel bags around the job site, as directed
by the City Engineer, to protect polluted water from running into
the storm drain systems.
Section 3-13. Completion, Acceptance, and Warranty.
Subsection 3-13.1 Final Cleanup and Closeout is amended by the
addition of the following:
Upon completion of the work, and before acceptance and final payment
is made by the City, the Contractor shall clean the project site and
areas occupied by him in connection with the work. All rubbish,
excess materials, falsework, temporary structures, and equipment
shall be removed; and all parts of the work shall be left in a neat
and presentable condition.
Prior to final closeout, the Contractor shall submit the following:
A. A complete file of operation and maintenance manuals for
equipment and materials used in the work. Such file shall be
bound in hardcover, three-ring binders and shall be labeled.
B. Required written guarantees.
C. Complete list of subcontractors and principal vendors engaged
in the execution of the work, including addresses and telephone
numbers.
D. Complete and updated Storm Water Pollution Prevention Plan/Water
Pollution Control Plan and Contractor certification that
construction activities were in compliance with applicable
National Pollutant Discharge Elimination System regulations.
Full compensation for conforming to the requirements of this Section
shall be considered as included in the contract bid price paid for
the various items of work and no additional compensation will be
allowed therefor.
Subsection 3-13.2 Acceptance is amended by the addition of the
following:
The Contractor shall notify the Engineer a minimum of five working
days in advance when a final inspection of the work is desired. If
the Engineer agrees that the work is complete and ready for
inspection, he will, as soon thereafter as possible, make the
necessary examinations. No final acceptance of the work shall be
GP - 7
12
allowed until all check (punch) list items to be rectified have been
corrected and any subsequent final inspections have been performed.
Section 4 – Control of Materials.
Section 4-1. General, is amended by the following:
The Contractor and all subcontractors, suppliers, and vendors, shall
guarantee that the entire work will meet all requirements of this
contract as to the quality of materials, equipment, and workmanship.
The Contractor, at no cost to the AGENCY, shall make any repairs or
replacements made necessary by defects in materials, equipment, or
workmanship that become evident within 1 year after the date of
acceptance of work. Within this 1-year period, the Contractor shall
also restore to full compliance with requirements of this contract
any portion of the work which is found to not meet those
requirements. The Contractor shall hold the AGENCY harmless from
claims of any kind arising from damages due to said defects or
noncompliance. The Contractor shall make all repairs, replacements,
and restorations within 30 days after the date of the Engineer's
written notice.
Section 4-4. Testing, is amended by the following:
Except as elsewhere specified, the City will bear the cost of
materials testing and independent acceptance testing. The cost of
all other tests, including the retesting of materials and independent
acceptance testing that fails to pass the first test, shall be borne
by the Contractor.
Section 4-9. Recycling of Material is hereby added to the Standard
Specifications.
4-9.1 Recycling of Asphalt Concrete, Portland Cement Concrete.
4-9.2 Contractor’s Obligation. The Agency is committed to recycling
program. It is the obligation of the contractor, under this
contract, to recycle the waste material through an approved recycling
plant. Records and report of waste material will be submitted to
the City of Diamond Bar on a regular monthly basis. The construction
and demolition requirements of the City of Diamond Bar has been
provided in Appendix D for further information.
GP - 8
12
Section 5. Legal Relations and Responsibilities.
Section 5-3. Labor is amended by the addition of the following:
Labor Discrimination. No discrimination shall be made in the
employment of such persons upon public works because of the race,
color, or religion of such persons and every contractor for public
works violating this section is subject to all the penalties imposed
for a violation of Chapter 11 or Part VII, Division 2 of the Labor
Code in accordance with the provisions of Section 1735 thereof.
Subsection 5-4.1. Contractor's Responsibility for Work, is amended
by the following:
Reference is made to Section 3-13 of the Standard Specifications and
these General Provisions. Except as provided above, until the formal
acceptance of the work by the City Council, the Contractor shall
have the charge and care thereof and shall bear the risk of injury
or damage to any part thereof by the action of the elements or from
any other case, whether arising from the execution or from the non-
execution of the work. The Contractor shall rebuild, repair,
restore, and make good all injuries or damages to any portion of the
work occasioned by any of the above causes before final acceptance
and shall bear the expense thereof, except such injuries or damages
occasioned by acts of the Federal Government or the public enemy.
Subsection 5-7.7. Security and Protective Devices, is amended by
the addition of the following:
It is part of the service required of the Contractor to make whatever
provisions are necessary to protect the public. The Contractor shall
use foresight and shall take such steps and precautions as his
operations warrant to protect the public from danger, loss of life
or loss of property, which would result from interruption or
contamination of the public water supply, interruption of other
public service, or from the failure of partly completed work or
partially removed facilities. Unusual conditions may arise on the
work which will require that immediate and unusual provisions be
made to protect the public from danger or loss, or damage to life
and property, due directly or indirectly to prosecution of work under
this contract.
Whenever, in the opinion of the Engineer, an emergency exists against
which the Contractor has not taken sufficient precaution for the
public safety, protection of utilities and protection of adjacent
structures or property which may be damaged by the Contractor's
operations in the opinion of the Engineer, immediate action shall
be considered necessary in order to protect the public or property
GP - 9
12
due to the Contractor's operations under this contract, the Engineer
will order the Contractor to provide a remedy for the unsafe
condition. If the Contractor fails to act on the situation within
a reasonable time period, the Engineer may provide suitable
protection to said interests by causing such work to be done and
material to be furnished as, in the opinion of the Engineer, may
seem reasonable and necessary.
The cost and expense of said labor and material, together with the
cost and expense of such repairs as are deemed necessary, shall be
borne by the Contractor. All expenses incurred by the AGENCY for
emergency repairs will be deducted from the progress payments and
the final payment due to the Contractor. However, if the AGENCY
does not take such remedial measures, the Contractor is not relieved
of the full responsibility for public safety.
Section 6. Prosecution and Progress of the Work, is amended by the
following:
Subsection 6-1.3. Order of Work
The order of work, except where otherwise specifically required by
the Plans and Specifications, shall be determined by the Contractor
who shall be solely responsible for coordinating all subcontract and
prime contract work to minimize delays during construction.
The Contractor shall schedule his work in order to be as least
disruptive as possible to adjacent businesses and residents.
Subsection 6-1.4. Work Hours and Sound Control.
Daytime work hours shall be 7:30 a.m. to 4:30 p.m. Monday - Friday.
The Contractor will be allowed to begin traffic control setup at
7:00 am, but no physical work shall begin before 7:30 am.
The Contractor shall schedule their work to minimize impacts to all
public schools at or near the project limits on residential and
collector streets and shall schedule their work to be completed
during the school’s off-session. The Contractor is advised that the
following schools reside within the project limits: South Pointe
Middle School, with their off-session between May 25th – August 14th, 2024.
Saturday work hours, if permitted at least one week (7 Calendar
Days) in advance by the City Engineer, shall be 8:30 a.m. to 3:30
p.m.
GP - 10
12
The Contractor shall comply with all County and local sound control
and noise level rules, regulations, and ordinances which apply to
any work performed pursuant to the contract, and shall make every
effort to control any undue noise resulting from the construction
operation.
Each internal combustion engine used for any purpose on the job or
related to the job shall be equipped with a muffler of a type
recommended by the manufacturer. No internal combustion engine shall
be operated on the project without said muffler.
The Engineer reserves the right to stop work if he determines that
these conditions are being violated.
Section 7. Measurement and Payment. This section is modified by
the addition of the following sections:
Subsection 7-3, Payment is modified by the addition of the following
paragraphs:
Payment for the various items of the Bid Schedule, as further
specified herein, shall include all compensation to be received by
the Contractor for furnishing all tools, equipment, supplies, and
manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as
necessary to complete the various items of work, all in accordance
with the provisions for Measurement and Payment in the Standard
Specifications and these Special Provisions, and as shown on the
Drawings, Exhibits, and spreadsheets including all appurtenances
thereto, and including all costs of compliance with the regulations
of public agencies having jurisdiction, including the Safety and
Health Requirements of the California Division of Industrial Safety
and the Occupational Safety and Health Administration of the U.S.
Department of Labor (OSHA).
No separate payment will be made for any item that is not
specifically set forth in the Bid Schedule, and all costs therefore
shall be included in the prices named in the Bid Schedule for the
various appurtenant items of work.
The Contractor agrees that the payment of the amount under the
Contract, and the adjustment and payment for any work done in
accordance with any alterations of the same, shall release the City
of Diamond Bar, the City Council, the City Manager, and the City
Engineer of any and all claims or liability on account of work
performed under the Contract or any alterations thereof.
GP - 11
12
Progress Payments. The Contractor shall be entitled each month to a
monthly progress payment in an amount equal to ninety-five percent
(95%) of the estimated percentage of actual work completed by the
end of the preceding calendar month, based on the contract price
less all previous payments. Subject to the provisions of Section
22300 of the Public Contract Code, a five percent (5%) retention
will be withheld from each payment. All invoices and detailed pay
requests shall be approved by the Engineer before submittal to the
City for payment. All billings shall be directed to the Engineer.
In all events, the City shall withhold no less than five percent
(5%) of the contract price until final completion and acceptance of
the work.
This payment on account shall in no way be considered as an
acceptance of any part of the work or material of the Contract, nor
shall it in any way govern the final estimate.
Acceptance of any progress payment accompanying any estimate without
written protest shall be an acknowledgment by the Contractor that
the number of accumulated contract days shown on the associated
statement of working days is correct. Progress payments made by the
City to the Contractor after the completion date of the Contract
shall not constitute a waiver of liquidated damages.
The Contractor shall submit with its invoice the Contractor's
conditional waiver of lien for the entire amount covered by such
invoice; valid unconditional waivers of lien from the Contractor and
all subcontractors and material-men for all work and materials
included in any prior invoices;
Waivers of lien shall be in the forms prescribed by California Civil
Code Section 3262. Prior to final payment by the City, the
Contractor shall submit a final waiver of lien for the Contractor's
work, together with releases of lien from any subcontractor or
material-men.
Final Payments. After the completion of the Contract, the City
Engineer shall make a final inspection of the work done thereunder,
and if entirely satisfactory and complete, the City shall pay to the
Contractor an amount which, when added to the payments previously
made and deductions allowable to the City, will equal ninety-five
percent (95%) of the contract price. Thereafter the balance of the
contract price remaining unpaid shall be paid thirty-five (35)
calendar days after the recording of a Notice of Completion by the
City. The payment of the final amount due under the Contract and
the adjustment and payment for any work done in accordance with any
alterations of the same shall release the City from any and all
GP - 12
12
claims on account of the work performed under the Contract or any
alterations thereof. Final payment to Contractor shall be withheld
for at least 30 days after the time in which Contractor has verified,
to the City's satisfaction, that it has submitted all information
to the Department of Industrial Relations required by Labor Code
§1773.3.
Guarantee. The Contractor agrees for a period of one year, commencing
with the Final Notice of Completion, to correct without additional
charge to the City, any defects in the work performed, or in the
materials furnished, by the Contractor and/or manufacturer, jointly.
Quantities and Unit Prices. All pay items will be paid for at the
unit prices named in the Bid Schedule for the respective items of
work. The quantities of work or material stated as unit price items on the Bid Schedule are stated only to give an indication of the general scope of the work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items.
Section 402. Utilities. This section is modified by addition of the
following subsections.
Subsection 402-1. Location. This section is amended by the
addition of the following:
Utility Owner and Public Agency Identifications. Utility owners and
Public Agencies who may have facilities or interests, which may
affect the work, are as follows:
Frontier Communications
1400 E. Phillips Blvd.
Pomona, CA 91766
(909) 469-6333 Waste Management
13940 East Live Oak Avenue
Baldwin Park, California 91706
(800) 266-7551 Valley Vista Services
16000 Temple Avenue
La Puente, California 91744
(800) 442-6454
GP - 13
12
Southern California Edison Co.
800 West Cienega Avenue
San Dimas, California 91773
(800) 227-2600 (DigAlert)
(800) 684-8123 (Office)
Southern California Edison - Transmission
7333 Bolsa Avenue
Westminster, CA 92683
Richard Orozco
(909) 394-2814
richard.orozco@sce.com
Southern California Gas Company
1919 South State College Boulevard
Anaheim, California 92803
(800) 227-2600 (DigAlert)
(800) 427-2200 (Office)
Walnut Valley Water District
271 South Brea Canyon Road
Walnut, California 91789
(909) 595-7554 Walnut Valley Unified School District
880 S. Lemon Ave.
Walnut, CA 91789
(909) 595-1261
Los Angeles County Department of Public Works
900 S. Fremont Ave.
Alhambra, CA 91803-1331
Operation Services
(626) 458-1708
Sewer Maintenance
(800) 458-7117
Los Angeles County Sheriff's Department
21695 E. Valley Blvd.
Walnut, California 91789
(909) 595-2264
Los Angeles County Fire Department
GP - 14
12
Station 119
20480 Pathfinder Road
Diamond Bar, California 91765
(909) 861-5995 Los Angeles County Fire Department
Station 121
346 Armitos Place
Diamond Bar, California 91765
(909) 396-0164
Los Angeles County Fire Department
Station 120
1051 S Grand Ave
Diamond Bar, CA 91765
(323) 881-2411 (non-emergencies)
911 (emergencies) The Contractor shall notify each of the above listed utility
companies and agencies in writing (copy to City) of the project.
They shall be invited to a pre-construction meeting and provided a
work schedule.
Subsection 402-2. Protection.
The Contractor is hereby alerted to the existence of utility lines.
The Contractor shall carefully protect all lines during the course
of construction.
Section 600-Access.
Section 600-1. General. This section is amended by the addition of
the following:
The Contractor shall furnish all flagmen and guards and supply and
install all signs, lights, flares, barricade delineators, and other
facilities which are necessary to expedite the passage of public
traffic through or around the work or to prevent accidents or damage
or injury to the public or to give adequate warning to the public
of any dangerous conditions to be encountered. The Caltrans "Manual
of Traffic Controls" shall be used for all traffic control on this
project.
Section 600-4. Public Notification is hereby added to the Standard
Specifications
GP - 15
12
Contractor shall comply with all applicable State, County and City
requirements and any additional public safety requirements which may
arise in notifying the Police, Fire, Traffic and Engineering
Departments, Schools and Public Transit at least 48 hours in advance
of any closures, partial closures or reopening, and detours.
At least ten (10) calendar days prior to commencing work, the
Contractor shall submit a detailed schedule to the City for approval.
Based on the schedule, the Contractor will notify businesses, bus
companies, trash and street sweeping companies, and emergency
services of the proposed work.
Due to the nature of this project involving some inconvenience to
businesses and residents, a good Public Relations Program is
mandatory and evidence of satisfactory past performance in this area
will be required.
The City will require the Contractor to distribute one (1) “Public
Notice” to each business and residence affected by the program. The
notice shall be distributed to each business and residence ten (10)
calendar days prior to the start of any work. Said notice shall be
provided by the Contractor. Prior to distribution, all notices shall
be reviewed and approved by the City.
All complaints received by the City associated with the construction
alleging damage to private property and vehicles shall be responded
to by the Contractor within twenty-four (24) hours of notification.
Failure to comply with this provision may result in a penalty of
fifty dollars ($50.00) per occurrence.
The Contractor shall be responsible for maintain notification
signage in a serviceable manner. Signs shall indicate the date and
hours of restriction.
Full compensation for conforming to the requirements of this section
shall be considered as included in the price paid for various items
of work involved and no additional compensation will be allowed.
Section 601. Temporary Traffic Control for Construction and
Maintenance Work Zones.
Section 601-1. General is amended by the addition of the following:
At a minimum the contractor shall maintain one (1) dedicated left
turn and one (1)thru/right turn lane at all times in all directions
as deemed necessary on multi-lane streets.
GP - 16
12
The Contractor shall prepare any traffic control or detour plans
when directed in the technical provisions under Traffic Control.
Lane transitions shall conform to the California MUTCD, Part 6,
“Temporary Traffic Control.”
Temporary traffic channelization shall be accomplished by the use
of temporary striping when channelization is required for more than
3 days. The Contractor shall provide any plans that may be required
for temporary striping prepared by a registered civil or traffic
engineer to the satisfaction of the City Engineer. In no event will
temporary striping be allowed on newly finished pavement surfaces
which are to remain. Temporary traffic channelization needed on a
daily basis shall be accomplished with delineators.
The Contractor shall schedule an employee to police the temporary
delineators within the travel way during weekday, nonworking hours
and over Saturdays, Sundays, and holidays.
SP - 1
1293492.1
PART III SPECIAL PROVISIONS
SP - 2
1293492.1
SPECIAL PROVISIONS FOR AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. SI24104
SPECIFICATIONS
The work to be done shall be performed or executed in accordance with
these Special Provisions and the "Standard Specifications for Public
Works Construction", Latest Edition and all subsequent supplements,
hereinafter referred to as the Standard Specifications. The Standard
Specifications are published by Building News, Inc. 990 Park Center
Drive, Suite E, Vista, CA 92081 and are included by reference only.
ADDENDA
The City Engineer may issue addenda to the Contract Documents during
the period of advertising for bids for the purpose of: (a) revising
prevailing wage scales or (b) clarifying or correcting Special
Provisions, Plans or Bid Proposal; provided that any such addenda
does not change the original scope and intent of the project.
Purchasers of contract documents will be notified and furnished
copies of such addenda, either by certified mail or personal
delivery, during the period of advertising.
TIME LIMIT AND NOTICE TO PROCEED
All work shall be completed within thirty (30) working days. A move-
in period of seven (7) calendar days will be allowed starting on the
date in the Notice to Proceed. The counting of working days shall
start on the date the Contractor elects to start work or the last
day of the move-in period, whichever occurs first. The Contractor
shall utilize the move-in period to ensure that all materials
required for the project will be available for the scheduled work.
No additional working days will be allowed for material delay once
the Contractor commences work. The Contractor shall notify the City
Engineer at least seven (7) calendar days prior to the start of work.
Nothing in this section will relieve the Contractor of its
obligations relative to starting work as required elsewhere in these
specifications.
SP - 3
1293492.1
CHANGES IN THE WORK
Subsection 2-7.1 of the Standard Specifications is supplemented by
the following:
Notwithstanding the limitation imposed by this Subsection, the
City Engineer may, with City Council approval, order changes
in the work which increase the contract cost by not more than
ten percent (10%) of the original contract amount.
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
All bidders will be required to submit information as to their
industrial safety record on the form provided in the Bid Proposal.
A review of this safety record will be made prior to a determination
of the lowest responsible bidder, and any adverse finding as to the
bidder's safety record or any bid submitted which does not contain
the Contractor's Industrial Safety Record, filled out and signed by
the Contractor, may be sufficient cause for rejection of the bid.
CONSTRUCTION SCHEDULE
In accordance with Subsection 6-1 of the Standard Specifications,
the Contractor shall submit a written proposed construction schedule
to the City Engineer ten (10) calendar days prior to the start of
work. Such schedule shall be subject to the review and approval by
the City Engineer. No work shall be done until the City Engineer
and the Contractor have agreed to the schedule to be followed by the
Contractor.
WITHHELD CONTRACT FUNDS
Pursuant to Section 4590 of the Government Code, the Contractor at
its own expense may deposit securities pledged in favor of the Agency
with a state or federally chartered bank as the escrow agent.
The acceptable securities are those listed in Section 16430 of the
Government Code or bank or savings and loan certificates of deposit.
The amount of securities to be deposited shall be equivalent to the
maximum amount permitted to be withheld as specified in Subsection
7-3.2 of the Standard Specifications. Formal acceptance of the
project by the Agency terminates the Agency's interest in the
securities.
SP - 4
1293492.1
PUBLIC CONVENIENCE AND SAFETY
In addition to the requirement of Subsection 5-7 of the Standard
Specifications and the Standard Special Provisions, the Contractor
shall maintain access to all adjacent properties. Furthermore, this
subsection is amended and supplemented by the following paragraphs:
DETOUR
In no case shall traffic be diverted from the existing traveled
way without prior approval of the City Engineer.
TRAFFIC FLOW
In order to facilitate the flow of traffic during the contractual
period, the Agency reserves the right to extend the limits of the
project to include any areas where signing and delineating is
deemed necessary by the Engineer.
Full compensation for complying with the above requirements shall be
considered as included in the various items of work unless otherwise
specified above.
CONSTRUCTION WATER
Construction water is available from the Walnut Valley Water District
(WVWD) by applying for a temporary meter, which will be installed
and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges.
SANITARY CONVENIENCE
Necessary sanitary facilities for the use of workman on the job shall
be provided and maintained in an approved manner by the Contractor,
properly secluded from public observation and in compliance with
health ordinances and laws, and their use shall be strictly enforced
by the Contractor.
STORAGE SITE
It shall be the Contractor's responsibility to locate any storage
sites for materials and equipment needed and such sites either
located on public or private property must be approved in advance by
the City Engineer.
No equipment or materials shall be stored in the public roadway
right-of-way without prior written approval from the City Engineer.
SP - 5
1293492.1
SPECIAL INSPECTION FEES
If the Contractor elects to work under this contract more than 8
hours/day or more than 40 hours/week, Saturday, Sunday, or CITY
holidays, the Contractor shall arrange with the Engineer for the
required inspection service and pay the Special Inspection Fees which
will be charged at the following rates:
Monday through Fridays - $100.00 per hour
Saturday, Sunday, Holidays - $1000.00 per day
Fees may be deducted from payments due to the Contractor at the
discretion of the Engineer.
PROJECT COORDINATION AND NOTIFICATION REQUIREMENTS
Notification to the agencies listed below and those agencies named
in Subsection 402-1 (Location) of the General Provisions must be in
writing with proof of letter given to the City.
Walnut Valley Unified School District
880 South Lemon Avenue
Walnut, California 91789
(909) 595-1261
Pomona Unified School District
800 S. Garey Ave
Pomona, CA 91766
(909) 397-4800
PRE-CONSTRUCTION MEETING
The City shall arrange a pre-construction meeting with the Contractor
and representatives from utility companies, which shall be held a
minimum of ten (10) calendar days prior to commencement of any work.
TRASH COLLECTION SCHEDULE
No streets will be closed or have work done on day of trash
collection.
Questions regarding trash collection can be directed to: Waste Management Valley Vista Services
(626) 856-1285 (800)442-6454
SP - 6
1293492.1
STREET SWEEPER ROUTE SCHEDULE
All overlays shall be applied at least twenty-four (24) hours prior
to sweeping of any street in the project area.
Questions regarding street sweeping can be directed to:
Valley Vista Services
(800) 442-6454
REMOVAL OF MATERIALS
Materials, which are to be disposed of, include, but are not limited
to:
saw-cut asphalt pavement and concrete removed for curb and gutter
shall not be stored at the site but shall be removed immediately.
No overnight storage of materials or debris will be allowed in
the street area or surrounding areas.
COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9,
Division 3, of the Business and Professions Code of the State of
California to do the type of work contemplated in the Contract and
shall be skilled and regularly engaged in the general class or type
of work called for under this Contract. Contractor's License Class
A, or C-8 is required for this project.
BID QUANTITIES
The quantities given in the Proposal and Contract form are
approximate, being given as a basis for the comparison of bids only,
and the city does not, expressly or by implication, agree that the
actual amount of work will correspond therewith, but reserves the
right to increase or decrease the amount of any class or portion of
the work, or to omit any portion of the work, as may be deemed
advisable or necessary by the City Engineer.
CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS
1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY
The following provisions pertaining to equal employment
opportunity are incorporated into this Contract. In connection
with performance of work under this Contract, the Contractor
agrees as follows:
SP - 7
1293492.1
a. The Contractor will not discriminate against any employee
or applicant for employment because of race, color, sex,
religion, ancestry or national origin. The Contractor will
take affirmative action to ensure that applicants are
employed, and the employees are treated during employment,
without regard to race, color, sex, religion, ancestry or
national origin. Such action shall include, but not be
limited to, the following: employment, upgrading, demotion
or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of
compensation; and selection for training, including
apprenticeship where applicable.
b. In all advertisements for labor or other personnel, or
requests for employment of any nature, the Contractor shall
state that all qualified applicants will receive
consideration for employment of any nature, the Contractor
shall state that all qualified applicants will receive
consideration for employment without regard to race, color,
sex, religion, ancestry or national origin.
c. In all hiring, the Contractor shall make every effort to
hire qualified workers from all races and ethnic groups.
d. The Contractor shall be responsible for the compilation of
records of the ethnic distribution of the entire project
work force on forms furnished by the Agency. Said forms,
indicating the ethnic distribution of man-hours of work
within the various crafts and trades, shall be filed by
the Contractor with the Agency every thirty (30) days.
e. The Contractor shall send to each labor union or
representative of workers with which it has a collective
bargaining agreement or other contract or understanding, a
notice, to be provided by the Agency, advising the said
labor union or worker's representative of the Contractor's
commitments under this section.
f. The Contractor shall maintain and permit access by the
Agency to records of employment, employment
advertisements, application forms and other pertinent data
and records of the Contractor's own work force and that of
the various subcontractors on the project for the purpose
of investigation to ascertain compliance with this EEO
section.
g. Within ten (10) days after execution of the Contract by
the Agency, the Contractor shall meet the following
SP - 8
1293492.1
standards for affirmative compliance and shall ensure that
each subcontractor on the project will meet these
requirements within ten (10) days after receiving a Notice
to Proceed from the Contractor, unless the Agency provides
for a greater time period:
(1) File with the Agency an Affirmative Action Plan
indicating the steps it will take to encourage and
assist qualified members of minority groups. Such
affirmative action will include statements regarding
recruitment, employment, compensation, promotion or
demotion, and selection for training.
(2) Provide evidence as required by the Agency that it
has notified in writing all subcontractors, the
Contractor's supervisors and other personnel officers
of the content of this EEO section and their
responsibilities under it.
(3) Provide evidence, as required by the Agency that it
has notified in writing all sources of employee
referrals (including, but not limited to, unions,
employment agencies and the State Department of
Employment Development) of the content of this EEO
section.
(4) Notify the Agency in writing of any opposition to this
EEO section by individuals, firms, unions or
organizations.
h. If the Agency has reason to believe that the Contractor or
a subcontractor may have committed a violation of the EEO
section of this Contract or of the California Fair
Employment Practice Act or of any applicable Federal law
concerning equal employment practices on this project, the
Agency will cause written notice to be served on the
Contractor or its representative, and to any subcontractor
involved in such violation. The notice shall set forth
the nature of the violation. Upon the Agency's request,
the Contractor shall meet with representatives of the
Agency in order to determine the means of correcting the
violation and the time period within which the violation
shall be corrected. If, within ten (10) days, the
Contractor or subcontractor has failed or refused to remedy
the violation, the Agency may notify the Fair Employment
Practices Commission and pursue any other remedies, which
may be available under the law.
SP - 9
1293492.1
i. The Contractor shall include the provisions of the
foregoing paragraphs 1a through 1h in every first tier
subcontract and require each subcontractor to bind each
further subcontractor with whom it has a contract to such
provisions, so that such provisions will be binding upon
each subcontractor who performs any of the work required
by the Contract.
2. ANTI-DISCRIMINATION
a. The Contractor certifies and agrees that all persons
employed by the Contractor, its affiliates, subsidiaries
or holding companies are and will be treated equally by
the Contractor without regard to or because of race, color,
sex, religion, ancestry or national origin and in
compliance with State and Federal anti-discrimination
laws. The Contractor further certifies and agrees that it
will deal with its subcontractors, bidders and vendors
without regard to or because of race, color, sex, religion,
ancestry or national origin. The Contractor agrees to
allow access to its employment records during regular
business hours to verify compliance with the foregoing
provisions when so requested by the City.
b. The Contractor specifically recognizes and agrees that if
the City finds that any of the foregoing provisions have
been violated, the same shall constitute a material breach
of Contract upon which the City may determine to cancel,
terminate or suspend the Contract. While the City reserves
the right to determine individually that the anti-
discrimination provisions of the Contract have been
violated, in addition a determination by the California
Fair Employment Practices Commission or the Federal Equal
Employment Opportunity Commission that the Contractor has
violated State or Federal anti-discrimination laws shall
constitute a finding by the City that the Contractor has
violated the anti-discrimination provisions of the
Contract.
c. At its option, and in lieu of canceling, terminating or
suspending the Contract, the City may impose damages for
any violation of the anti-discrimination provisions of this
section, in the amount of two hundred ($200.00) for each
violation found and determined. The City and the
Contractor specifically agree that the aforesaid amount
shall be imposed as liquidated damages, and not as a
forfeiture or penalty. It is further specifically agreed
that the aforesaid amount is presumed to be the amount of
SP - 10
1293492.1
damages sustained by reason of any such violation, because,
from the circumstances and the nature of the violation, it
is impracticable and extremely difficult to fix actual
damages.
3492.1
PART V APPENDICES
1293492.1
APPENDIX A
FEDERAL/STATE CONTRACT
COMPLIANCE DOCUMENTS AND FORMS
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
FEDERAL CONTRACT CLAUSE, PROVISIONS,
DOCUMENTS, AND FORMS
NOTICE TO BIDDERS
COMMUNITY DEVELOPMENT BLOCK GRANT
(CDBG)
COMPLIANCE DOCUMENTS FOR CONSTRUCTION CONTRACTS of LESS Than $200,000
A Bidder is required to familiarize itself with the information provided on the following pages. Failure to
comply with and/or meet the requirements may result in a bid being determined incomplete or non-
responsive.
A bidder is required to submit the following Compliance forms with its Bid Proposal:
1: County Lobbying Certification
2: Request for Additional Classification and Rate
3: Contractor’s List of Proposed Subcontractors
4: Worker’s Compensation Certification
5: Non-Segregated Facilities Certification
6: Past Performance Certification
7: Notice of Equal Employment Opportunity Commitment
8: Non Collusion Declaration
9: Federal Lobbying Certification
LABOR STANDARDS PROVISIONS. The Federal Labor Standards Provisions (HUD-4010 form) is
included at the end of the provision summary. Keep in mind that the form may be updated from time to time and the
most current form must be used. The provision outlines the federal prevailing wage requirements, including a
reference to the Copeland Act which requires all contractors and subcontractors to submit weekly payroll reports and
advises contractors that it is a criminal offense for any person to persuade any other person employed on a federally
funded project into giving up any part of their salary to which they are entitled under their contract of employment. The
form also included reference to the Contract Work Hours and Safety Standards Act (CWHSSA). CWHSSA applies to
contracts in excess of $100,000 and covers laborers and mechanics, including guards and watchmen, who must be
paid at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. Finally the
form further outlines the prevailing wage requirements, payroll reporting requirements, apprentice requirements,
contract termination, and debarment sanctions pertaining to Federally-assisted construction projects.
DAVIS-BACON AND RELATED ACTS (DBRA). The Davis-Bacon and Related Acts, apply to contractors and
subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction,
alteration, or repair (including painting and decorating) of public buildings or public works. Davis-Bacon Act and
Related Act contractors and subcontractors must pay their laborers and mechanics employed under the contract no
less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. The
Davis-Bacon Act directs the Department of Labor to determine such locally prevailing wage rates. The Davis-
encies assist construction projects
through grants, loans, loan guarantees, and insurance.
PREVAILING WAGE STATEMENT: This project is funded in whole or in part with Community Development Block
Grant (CDBG) funds provided by the U.S. Department of Housing and Urban Development (HUD). Federal Labor
Standards Provisions, including prevailing wage requirements of the Davis-Bacon and Related Acts will be
one in effect 10-days prior to the bid opening date and can be found on-
line at http://www.wdol.gov. In the event of a conflict between Federal and State wages rates, the higher of
CONFLICT OF INTEREST STATEMENT. No employee, officer or agent of the sub-recipient shall participate in
selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or
EQUAL EMPLOYMENT OPPORTUNITY CLAUSE. During the performance of this contract, the contractor agrees as
follows:
a.The contractor will not discriminate against any employee or applicant for employment because of race, color,
religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and
that employees are treated during employment without regard to their race, color, religion, sex, or national origin.
Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
b.The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor,
state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex,
or national origin.
c. The contractor will send to each labor union or representative of workers with which he/she has a collective
bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or
section, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules,
regulations, and relevant orders of the Secretary of Labor.
e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,
and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to
his/her books, records, and accounts by the administering agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
with any of the
said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole, or in part, and
the contractor may be declared ineligible for further government contracts or federally assisted construction contracts
in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor, or as otherwise provided by law.
g. The contractor will include the provisions of Paragraph 1a through 1g in every subcontract or purchase order
unless exempted by rule, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any subcontract or purchase order as the administering agency may
direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in
the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result
of such direction by the administering agency, the contractor may request the United States to enter into such
litigation to protect the interests of the United States.
FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS (Executive Order 11246). a. As used in these specifications:
(1) Covered area means the geographical area described in the solicitation from which this contract resulted;
(2) Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or
any person to whom the Director delegates authority;
Quarterly Federal Tax Return, United States Treasury Department Form 941.
(4) Minority includes:
(a) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin)
(b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish
culture or origin, regardless of race);
(c) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East,
Southeast Asia, the Indian Subcontinent, or the pacific Islands); and
(d) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North
America and maintaining identifiable tribal affiliations through membership and participation or community
identification).
b. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any
construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of
these specifications and the notice which contains the applicable goals for minority and female participation
and which is set forth in the solicitations from which this contract resulted.
c. If the contractor is participating (pursuant to 41 CFR Part 60-4.5) in a Hometown Plan approved by the United
States Department of Labor in the covered area either individually or through an association, its affirmative action
obligations on all work in the Plan area (including goals and time tables) shall be in accordance with that Plan for
those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation
in and compliance with the provisions of any such Hometown Plan.Each contractor or subcontractor participating in
an approved Plan is individually required to comply with its obligations under the EEO Clause, and to make a good
faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith
performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered
goals and timetables.
d. The contractor shall implement the specific affirmative action standards provided in paragraphs 3g (1) through 3g
(16) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and female utilization the contractor should
reasonable be able to achieve in each construction trade in which it has employees in the covered area. Covered
construction contractors performing construction work in geographical areas where they do not have a Federal or
federally assisted construction contract shall apply the minority and female goals established for the geographical
area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and
such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal
procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its
goals in each craft during the period specified.
e. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor
has a collective bargaining agreement, to refer either minority or women shall excuse the
under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto.
f. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such
apprentices and trainees must be employed by the contractor during the training period, and the contractor must
have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the
availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the
United States Department of Labor.
g. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of
the maximum results from
its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as
extensive as the following:
(1) Ensure and maintain working environment free of harassment, intimidation, and coercion at all sites, and in
assign two
or more women to each construction project. The contractor shall specifically ensure that all foremen,
superintendents, and other on-site supervisory personnel are aware of and carry out the
maintain such a working environment, with specific attention to minority or female individuals working at such sites or
in such facilities.
(2) Establish and maintain a current list of minority and female recruitment sources, provide written notification to
minority and female recruitment sources and to community organizations when the contractor or its unions have
(3) Maintain a current file of the name, address, and telephone numbers of each minority and female off-the street
applicant and minority or female referral from a union, a recruitment source, or community organization and of what
action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral
and was not referred back to the contractor by the union or, if referred, not employed by
the contractor, this shall be documented in the file with the reason therefore, along with whatever additional
actions the contractor may have taken.
(4) Provide immediate written notification to the Director when the union or unions with which the contractor has
a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the
contractor, or when the contractor has other information that the union referral process has impeded the
(5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly
include minorities and women, including upgrading programs and apprenticeship and trainee programs
Department of Labor. The contractor shall provide notice of these programs to the sources compiled under
3g (2) above.
and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in
any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual
report, etc.; by specific review of the policy with all management personnel and with all minority and female
employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all
employees at each location where construction work is performed.
specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other
employment decisions including specific review of these items with on- site supervisory personnel such as
Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written
record shall be made and maintained identifying the time and place of these meetings, persons attending,
subject matter discussed, and disposition of the subject matter.
EEO policy externally by including it in any advertising in the news media,
specifically including minority and female news media, and providing written notification to and discussing the
ith whom the contractor does or
anticipates doing business.
(9) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations; to
schools with minority and female students; and to minority and female recruitment and training organizations
for the acceptance of applications for apprenticeship or other training by any recruitment sources, the contractor shall
send written notification to organizations such as the above, describing the opening, screening procedures, and tests
to be used in the selection process.
(10) Encourage present minority and female employees to recruit other minority persons and women and, where
reasonable, provide after school, summer, and vacation employment to minority and female youth, both on the site
(11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part
60-3, Uniform Guidelines on Employee Selection Procedures.
(12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for
promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training,
etc., such opportunities.
(13) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have
a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the
(14) Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and
necessary changing facilities shall be provided to assure privacy between the sexes.
(15) Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female contractor
associations and other business associations.
EEO policies and affirmative action obligations.
h. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their
affirmative action obligations 3g(1) through (16). The efforts of a contractor association, joint contractor-union,
contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as
fulfilling any one or more of its obligations under 3g(1) though (16) of these specifications provided that the contractor
actively participates in the group, makes every effort to ensure that the group has a positive impact on the
employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected
in the
and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on
behalf of the contractor. The
i. A single goal for minorities and a separate single goal for women have been established. The contractor, however,
is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male
and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the
Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the
contractor has achieved its goals for women generally, the contractor may be in violation of the Executive Order if a
specific minority group of women is underutilized).
j. The contractor shall not use the goals and timetables of affirmative action standards to discriminate against any
person because of race, color, religion, sec or national origin.
k. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts
pursuant to Executive Order 11246.
l. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal
Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed
or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of
Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be
in violation of these specifications and Executive Order 11246, as amended.
m. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative actions
steps, at least as extensive as those standards prescribed in Paragraph 3g of these specifications, so as to achieve
maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the
requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed
in accordance with 41 CFR Part 60-1.8 (Show Cause Notice).
n. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the
company EEO policy is being carried out, to be required by the Government and to keep records. Records shall at
least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any,
employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice,
trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and
locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable
form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to
maintain separate records.
o. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish
different
standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g.,
those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).
p. The Director, from time to time, shall issue goals and timetables for minority and female utilization which shall be
based on appropriate work force, demographic or other relevant data and which shall cover construction projects or
construction contracts performed in specific geographic areas. The goals, which shall be applicable to each
ing in the area covered
by the goals and timetables, shall be published as notices in the Federal Register, and shall be inserted by the
contracting officers and applicants, as applicable, in the Notice required by 41 CFR 60-4.2.
SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS. For a federally assisted construction contract
in excess of $10,000, the contractor/subcontractor shall:
a.Forward the following EEO certification forms to the contract awarding authority prior to contract award: Certification
of Non-segregated Facilities and Certification with Regard to the Performance of Previous Contracts or Subcontracts
Subject to the Equal Opportunity Clause and the Filing of Required Reports.
b.Submit a notification of subcontracts awarded to the Director, Office of Federal Contract Compliance Programs,
United States Department of Labor - ESA, 200 Constitutional Avenue, NW, Room C3325, Washington, D.C., 20210,
within 10 working days of award of any subcontract in excess of $10,000, listing the name, address, and telephone
number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated
starting date and completion dates of the subcontract; and the geographical area in which the contract is to be
performed.
c. of
workers prior to commencement of construction work.
d.Display an equal employment opportunity poster in a conspicuous place available to employees and applicants for
employment.
e.For contracts in excess of $10,000, bind subcontractors to the Federal Equal Employment Opportunity requirements
by including the provisions of Paragraphs 1 through 3, above, in the subcontract.
f.Upon commencement of construction work and until the work is completed, forward the Monthly Employment
Utilization Report (Form CC-257) to the contract awarding authority by the end of each work month. With the initial
monthly report, the contractor/subcontractor shall attach the -Federal Work in Bid
Condition Area to the monthly report.
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(Executive Order 11246)
a.The Offeror or
Employment Specifications set forth herein.
b.
aggregated work force in each trade on all construction work in the covered area, are as follows:
Timetables
Goals for Minority Participation for
Each Trade
Goals for Female
Participation in
Timetables Each Trade
28.3% 6.9%
These goals are
performed in the covered area. If the contractor performs construction work in a geographical area located outside of
the covered area, it shall apply the goals established for such geographical area where the work is actually
performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved
and non-federally involved construction.
compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its
implementation of the Equal Opportunity Clause, specific affirmation action obligations required by the specifications
set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment
and training must be substantially uniform throughout the length of the contract and in each trade, and the contractor
shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority
or female employees or trainees from contractor to contractor or from project to project for the sole purpose of
der, and the regulations of 41 CFR
Part 60-4. Compliance with the goals will be measured against the total work hours performed.
c. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance
Programs within ten (10) working days of award of any construction subcontract in excess of $10,000 at any tier for
construction work under the contract resulting from this solicitation. The notification shall list the name, address, and
telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount
of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which
the contract is to be performed.
d. As used in this notice, and in the contract resulting from this solicitation, the covered area is the Standard
Metropolitan Statistical Area of Los Angeles-Long Beach, specifically the County of Los Angeles, State of California.
CONTRACTING WITH SMALL BUSINESS, LABOR
SURPLUS AREA FIRMS.
a.It is national policy to award a fair share of contracts to Small business and Minority Firms. Accordingly, affirmative
steps must be taken to assure that Small Business and Minority Firms are utilized when possible, as sources of
supplies, equipment, construction and services. Affirmative steps include the following:
1.Including qualified Small Business and Minority Firms on solicitation lists.
2.Assuring that Small Business and Minority Firms are solicited whenever they are potential sources.
3.When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit
maximum Small Business and Minority Firm participation.
4. Where the requirement permits, establishing delivery schedules which will encourage participation by
Small Business and Minority Firms.
5. Using the services and assistance of the Small Business Administration and the Minority Business
Development Agency of the Department of Commerce, as required.
6. If any subcontracts are to be let, requiring the prime contractor to take the affirmative steps in 1a through
1e above.
c. Grantees are encouraged to procure goods and services from Labor Surplus Areas.
CIVIL RIGHTS ACT OF 1964. Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race,
color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination
under any program or activity receiving Federal financial assistance.
SECTION 50
SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 . No person in the United States
on the grounds of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be
subjected to discrimination under any program or activity funded in whole or in part with funds made available under this
title.
VIETNAM ERA VETERANS' READJUSTMENT ASSISTANCE ACT OF 1974, as amended. Covered contracts entered
into by any department or agency for the procurement of personal property and non-personal services
(including construction) for the United States, shall contain a provision requiring that the party contracting with the
United States shall take affirmative action to employ and advance in employment qualified special disabled veterans,
veterans of the Vietnam era and any other veterans who served on active duty during a war or in a campaign or
expedition for which a campaign badge has been authorized. The provisions of this section shall apply to any
subcontract entered into by a prime contractor in carrying out any contract for the procurement of personal property and
non-personal services (including construction) for the United States.
AGE DISCRIMINATION ACT OF 1975. No person in the Unites States shall, on the basis of age, be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving
Federal financial assistance.
CLEAN AIR AND WATER ACTS. Contractors with Federally-assisted construction contracts of $100,000 or more must
comply, and ensure all sub-contractors comply, with the requirements regulated by the Environmental Protection
Agency. During the performance of this contract, the contractor and all subcontractors shall comply with the
requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal. Water Pollution Control Act, as
amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40
CFR Part 15, as amended. In addition to the foregoing requirements, all nonexempt contractors and subcontractors
shall furnish to the owner, the following:
1.A stipulation by the contractor or subcontractors, that any facility to be utilized in the performance of any
nonexempt contract or subcontract, is not listed on the List of Violating Facilities issued by the Environmental
Protection Agency (EPA) pursuant to 40 CFR 15.20.
2. Agreement by the contractor to comply with all the requirements of Section 114 of the Clean
Air Act , as amended, (42 USC 1857c-8) and Section 308 of the Federal Water Pollution
Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports and
information, as well as all other requirements specified in said Section 114 and Section 308,
and all regulations and guidelines issued there under.
3. A stipulation that as a condition for the award of the contract, prompt notice will be given of
any notification received from the Director, Office of Federal Activities, EPA, indicating that .a
facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA
List of Violating Facilities.
4. Agreement by the contractor that he will include, or cause to be included, the criteria and
requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and
requiring that the contractor will take such action as the government may direct as a means of
enforcing such provisions.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 1 of 5 ref. Handbook 1344.1
HUD-4010 U.S. Department of Housing and Urban Development
Federal Labor Standards Provisions Office of Davis-Bacon and Labor Standards
A. APPLICABILITY
The Project or Program to which the construction work covered by this Contract pertains is being assisted by the United States
of America, and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions
applicable to such Federal assistance.
(1) MINIMUM WAGES
(i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less
often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions
as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full
amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment, computed at
rates not less than those contained in the wage determination of the Secretary of Labor (which is attached hereto and
made a part hereof), regardless of any contractual relationship which may be alleged to exist between the contractor
and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits
under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs
incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which
cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination
for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4).
Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for
each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set
forth the time spent in each classification in which work is performed. The wage determination (including any
additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH1321))
shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and
accessible place, where it can be easily seen by the workers.
(ii) Additional Classifications.
(A) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed
under the contract shall be classified in conformance with the wage determination. HUD shall approve an
additional classification and wage rate and fringe benefits therefor only when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by a classification in the wage
determination;
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage
rates contained in the wage determination.
(B) If the contractor, the laborers and mechanics to be employed in the classification (if known), or their
representatives, and HUD or its designee agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), a report of the action taken shall be sent by HUD or its
designee to the Administrator of the Wage and Hour Division (“Administrator”), Employment Standards
Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt
and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is
necessary. (Approved by the Office of Management and Budget (“OMB”) under OMB control number 1235-0023.)
(C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives,
or HUD or its designee do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the
views of all interested parties and the recommendation of HUD or its designee, to the Administrator for
determination. The Administrator, or an authorized representative, will issue a determination within 30 days of
receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that
additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number
1235-0023.)
HUD-4010 (06/2022)
Previous editions are obsolete. Page 2 of 5 ref. Handbook 1344.1
(D) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (1)(ii)(B) or (C)
of this paragraph, shall be paid to all workers performing work in the classification under this Contract from the
first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage
determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits
under a plan or program, Provided, that the Secretary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the
Office of Management and Budget under OMB Control Number 1235-0023.)
(2) Withholding. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the
U.S. Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal
contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage
requirements which is held by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the
contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer
or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the
wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or
owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such
amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are
due. The U.S. Department of Labor shall make such disbursements in the case of direct Davis-Bacon Act contracts.
(3) Payrolls and basic records.
(i) Maintaining Payroll Records. Payrolls and basic records relating thereto shall be maintained by the contractor during
the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at
the site of the work. Such records shall contain the name, address, and social security number of each such worker, his
or her correct classification(s), hourly rates of wages paid (including rates of contributions or costs anticipated for bona
fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act),
daily and weekly number of hours worked, deductions made, and actual wages paid.
Whenever the Secretary of Labor has found, under 29 CFR 5.5(a)(1)(iv), that the wages of any laborer or mechanic
include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in
Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to
provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program
has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated
or the actual cost incurred in providing such benefits.
Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management
and Budget under OMB Control Numbers 1235-0023 and 1215-0018)
(ii) Certified Payroll Reports.
(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls
to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor
will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its
designee. The payrolls submitted shall set out accurately and completely all of the information required to be
maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be
included on weekly transmittals. Instead, the payrolls only need to include an individually identifying number for
each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll
information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the
Wage and Hour Division Web site at https://www.dol.gov/agencies/whd/forms or its successor site. The prime
contractor is responsible for the submission of copies of payrolls by all subcontractors.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 3 of 5 ref. Handbook 1344.1
Contractors and subcontractors shall maintain the full social security number and current address of each covered
worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if
the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the
case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the U.S.
Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It
is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own records, without weekly submission to HUD or its
designee. (Approved by the Office of Management and Budget under OMB Control Number 1235-0008.)
(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract
and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be provided under 29 CFR
5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such
information is correct and complete;
(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly wages earned, without rebate, either directly or
indirectly, and that no deductions have been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in 29 CFR Part 3;
(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed, as specified in the applicable wage determination
incorporated into the contract; and
(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347
shall satisfy the requirement for submission of the “Statement of Compliance” required by subparagraph
(a)(3)(ii)(b).
(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under subparagraph (a)(3)(i) available for inspection,
copying, or transcription by authorized representatives of HUD or its designee or the U.S. Department of Labor, and
shall permit such representatives to interview employees during working hours on the job. If the contractor or
subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written
notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon
request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed
when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with
the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or
her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not
individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency (where appropriate), to be eligible for probationary employment
as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the
ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a
payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less
than the applicable wage rate on the wage determination for the classification of work actually performed. In addition,
any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be
paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program is registered, the
ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the contractor’s or
subcontractor’s registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of
progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 4 of 5 ref. Handbook 1344.1
If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe
benefits listed on the wage determination for the applicable classification. If the Administrator determines that a
different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will
no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed
until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate
for the work performed, unless they are employed pursuant to and individually registered in a program which has
received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training
Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate
specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman
hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid
the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate
on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and
Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the
event the Employment and Training Administration withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an
acceptable program is approved.
(iii) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under 29 CFR Part 5 shall be
in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29
CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which
are incorporated by reference in this Contract.
(6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs (1)
through (11) in this paragraph (a) and such other clauses as HUD or its designee may, by appropriate instructions, require,
and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or
lower tier subcontractor with all the contract clauses in this paragraph.
(7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the
contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
(8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and
Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this Contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be
subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of
the U.S. Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include
disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or
the employees or their representatives.
(10) Certification of Eligibility.
(i) By entering into this Contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an
interest in the contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of Section
3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs
pursuant to 24 CFR Part 24.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 5 of 5 ref. Handbook 1344.1
(ii) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by
virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD
programs pursuant to 24 CFR Part 24.
(iii) Anyone who knowingly makes, presents, or submits a false, fictitious, or fraudulent statement, representation or
certification is subject to criminal, civil and/or administrative sanctions, including fines, penalties, and imprisonment
(e.g., 18 U.S.C. §§ 287, 1001, 1010, 1012; 31 U.S.C. §§ 3729, 3802.
(11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic, to whom the wage, salary, or other labor
standards provisions of this Contract are applicable, shall be discharged or in any other manner discriminated against by the
contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any
proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under
this Contract to his employer.
B. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The provisions of this paragraph (b) are applicable where the amount of the prime contract exceeds $100,000. As used in this
paragraph, the terms “laborers” and “mechanics” include watchmen and guards.
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work, which may require
or involve the employment of laborers or mechanics, shall require or permit any such laborer or mechanic in any workweek
in which the individual is employed on such work to work in excess of 40 hours in such workweek, unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in
excess of 40 hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in
subparagraph B(1) of this paragraph, the contractor, and any subcontractor responsible therefor, shall be liable for the
unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in subparagraph B(1) of this paragraph, in the sum set by the U.S.
Department of Labor at 29 CFR 5.5(b)(2) for each calendar day on which such individual was required or permitted to work
in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in
subparagraph B(1) of this paragraph. In accordance with the Federal Civil Penalties Inflation Adjustment Act of 1990 (28
U.S.C. § 2461 Note), the DOL adjusts this civil monetary penalty for inflation no later than January 15 each year.
(3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall, upon its own action or upon written
request of an authorized representative of the U.S. Department of Labor, withhold or cause to be withheld from any
moneys payable on account of work performed by the contractor or subcontractor under any such contract, or any other
Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours
and Safety Standards Act which is held by the same prime contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages, as provided in the
clause set forth in subparagraph B(2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph B(1)
through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in subparagraphs B(1) through (4) of this paragraph.
C. HEALTH AND SAFETY
The provisions of this paragraph (c) are applicable where the amount of the prime contract exceeds $100,000.
(1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,
hazardous, or dangerous to his or her health and safety, as determined under construction safety and health standards
promulgated by the Secretary of Labor by regulation.
(2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to 29 CFR Part 1926 and failure to
comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law
91-54, 83 Stat 96), 40 U.S.C. § 3701 et seq.
(3) The contractor shall include the provisions of this paragraph in every subcontract, so that such provisions will be binding on
each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and
Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions.
COUNTY LOBBYIST CODE CHAPTER 2.160
COUNTY ORDINANCE NO. 93-0031
CERTIFICATION
Name of Firm: ____________________________________________________________________________________
Address: _____________________________________________________________________________________
State: ___________ Zip Code: _____________ Telephone Number: ( ) _______________________
Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the
Los Angeles County Development Authority (LACDA).
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 fo r making or entering into contract with
Los Angeles County and the Los Angeles County Development Authority.
Authorized Official:
___________________________________ By: _______________________________________
(Contractor/Subcontractor) (Signature)
___________________________________ _______________________________________
(Date) (Title)
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
REPORT OF ADDITIONAL CLASSIFICATION AND RATE
HUD FORM 4230A
OMB Approval Number 2501-0011
(Exp.8/31/2022)
1. FROM (name and address of requesting agency)2. PROJECT NAME AND NUMBER
3. LOCATION OF PROJECT (City, County and State)
4. BRIEF DESCRIPTION OF PROJECT 5. CHARACTER OF CONSTRUCTION
Building
Heavy
Highway
Residential
Other (specify)
6. WAGE DECISION NO. (include modification number, if any)
COPY ATTACHED
DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE
DATE (LOCK-IN):
8. WORK CLASSIFICATION(S)HOURLY WAGE RATES
BASIC WAGE FRINGE BENEFIT(S) (if any)
9. PRIME CONTRACTOR (name, address)9a.
Agree
Disagree
10. SUBCONTRACTOR/EMPLOYER, IF APPLICABLE
(name, address)
9b. SIGNATURE DATE
Check All That Apply:
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.
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 wage rate(s).
Supporting documentation attached, including applicable wage decision.
Check One:
Approved, meets all criteria. DOL confirmation requested.
One or more classifications fail to meet all criteria. DOL decision requested.
FOR HUD USE ONLY
LR2000:
Agency Representative
(Typed name and signature)
Date Log in:
Log out:
Phone Number
HUD-4230A (8-19) PREVIOUS EDITION IS OBSOLETE
CONTRACTOR LIST OF PROPOSED SUBCONTRACTORS Bidder must list all subcontracts, regardless of dollar amount or percentage of bid.__________________________________________________________ ____________________________________________ PROJECT NAME AWARDING AGENCYLocation: _________________________________________________________________ Project Number: ___________________________________________ SUBCONTRACTORS: Name, Address, and Telephone Number Employer Identification Number Contractor License Number Contract AmountEstimated Start Date Estimated Completion Date TRADES TO BE USED ________________________________________________ ____________________________________________________________________ Signature Name and Title ________________________________________________ ____________________________________________________________________ Date Company Name
WORKER’S COMPENSATION CERTIFICATION
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.
Date: ________________ Project Number: ________________________
Project Name: ____________________________________________________________
Company Name: __________________________________________________________
Address: _______________________________________________________________
Print Name: ______________________________________________________________
Title: __________________________________________________________________
Signature: _______________________________________________________________
Certification of Understanding and Authorization
This certification is required when a Payroll Officer is not listed on the business license
(03/30/17)
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;
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-4010 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.
Contractor’s Business Name License Number
Print Name of Owner or Principal listed on the business license Signature of Owner or Principal listed on the business license
Title Date
Print Name of Payroll Officer Signature of Payroll Officer
Contractor Name:
Project Name: CDBG Project Number:
Project Location:
Local Contracting Agency (LCA):
Labor Standards Officer (LSO): Telephone:
CA Modification Number Dated
Fringe Benefit Statement
_______________________________________________ ____________________________________________
PROJECT NAME LOCAL CONTRACTING AGENCY
Location: CDBG Project Number:
WORK CLASSIFICATIONS HOURLY FRINGE BENEFITS PROVIDED Name, Address, and Telephone Number
of the Approved Plan, Fund, or Program
Health & Welfare $
Pension $
Vacation $
Apprenticeship/Training $
Other (explain) $
TOTAL HOURLY FRINGE: $
Health & Welfare $
Pension $
Vacation $
Apprenticeship/Training $
Other (explain) $
TOTAL HOURLY FRINGE: $
Health & Welfare $
Pension $
Vacation $
Apprenticeship/Training $
Other (explain) $
TOTAL HOURLY FRINGE: $
Health & Welfare $
Pension $
Vacation $
Apprenticeship/Training $
Other (explain) $
TOTAL HOURLY FRINGE: $
Health & Welfare $
Pension $
Vacation $
Apprenticeship/Training $
Other (explain) $
TOTAL HOURLY FRINGE: $
I Certify under penalty of perjury that:
I make payments to approved fringe benefit plans, funds, or programs as listed above.
OR
I DO NOT make payments to approved fringe benefit plans, funds, or programs.
Benefits are added to hourly rates and paid each week to the employees.
__________________________________________ __________________________________________
(Print Company Name) (Print Name of Person Authorized to Sign)
Contractor License Number: ______________________ By: ______________________________________________
Date: ________________________________________ Title: ____________________________________________
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 vio lation 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 ident ical 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.
Date: ________________________ Project Number: ________________________
Company: ________________________________________________________________________
Address: _________________________________________________________________________
By: ______________________________________________________________________________
Title: ____________________________________________________________________________
PAST PERFORMANCE CERTIFICATION
With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports
The bidder, proposed sub-contractor, hereby certifies that he/she has, 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 has, has not, filed with the Joint
Reporting Committee, the Director of the Office of Federa l 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.
Date: __________ Project Number: _____________ Contract Award: $_______________
Awarding Agency: ________________________________________________________________
Contractor Name: ___________________________________ Total Number of Employees______
Affiliate Company: _______________________________________________________________
By: ___________________________________________________________________________
Title: __________________________________________________________________________
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: ________________________________
(Name of Labor Union, Workers Representative, etc.
________________________________
(Address)
Name of Business (Contractor): ____________________________________________________
Project Name: ______________________________ Project Number: ____________________
The Undersigned currently holds a contract with _____________________________, 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.
___________________________________ By: _______________________________________
(Print Name) (Signature)
___________________________________ _______________________________________
(Date) (Title)
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 undersigned declares:
I am the ____ of ____, the party 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 stat ements 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]."
FEDERAL LOBBYIST CERTIFICATION
Name of Firm: ___________________________________________________________________________
Address: _______________________________________________________________________________
State: ___________ Zip Code: _____________ Telephone Number: ( ) ______________________
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:
___________________________________ By: _______________________________________
(Contractor/Subcontractor) (Signature)
___________________________________ _______________________________________
(Date) (Title)
AGENCY REPORT OF CONSTRUCTION CONTRACT AWARD
TO: Grants Management Unit (GMU) Date:
Los Angeles County Development Authority (LACDA)
FROM: Local Contracting Agency Name:
Project Name: Project Number:
A formal bid opening, or informal solicitation for this construction contract was held on: Date:
A Contract Subcontract was awarded to the contractor identified below on: Date:
The contract amount for the scope of work to be performed by this Contractor, as detailed below, is: Amount:
This is or is not a Section 3 qualified construction contract
A Section 3 Pre-Bid Meeting was held on: Date:
The Contractor’s Eligibility was verified prior to the contract with search results from:
California Contractors State Licensing Board (CSLB) website (http://www.cslb.ca.gov) on: Date:
California Department of Industrial Relations (DIR) website (https://www.dir.ca.gov/dlse/debar.html on: Date:
Federal List of Parties Excluded from federal contract award website (https://sam.gov/content/exclusions) on: Date:
A Notice of Contract Award letter was sent to the U.S. Dept. of Labor, OFCCP (contracts $10,000 or more) on: Date:
The Contractor(s) acknowledge, by signature below, that: “This construction project is funded in whole or in part with Federal funds.”
A copy of the Federal Labor Standards Provisions (HUD-4010 form), is attached to the contractor’s copy of this form.
A copy of the assigned Federal Wage Decision identified below will be attached to the contractor’s copy of this form.
Federal Wage Decision Number: CA _____________ Mod. ____, DATED _____________ (https://sam.gov/content/wage-
determinations).
The Contractor(s) further acknowledges that the prevailing wage and fringe benefit rates must be paid to all workers each week.
Print Company Name above – Prime Contractor Subcontractor Print Company Name above – Subcontractor Lower-tier
Employer Identification Number: Employer Identification Number:
Contractor License Number: Contractor License Number:
Authorized Signature of Company Representative Authorized Signature of Company Representative
Black American
White American
Hispanic American
Women Owned Business
Minority Owned Business
Section 3 Qualified Business
Native American
Hasidic Jews
Asian/Pacific American
Black American
White American
Hispanic American
Women Owned Business
Minority Owned Business
Section 3 Qualified Business
Native American
Hasidic Jews
Asian/Pacific American
Identify the detailed scope of work FOR THIS CONTRACTOR
Estimated Start Date: Estimated Completion Date:
Identify the work classifications to be USED BY THIS CONTRACTOR at the construction site
Estimated Workforce size:
Asbestos Worker Equipment Operator Group Lather Roofer
Bricklayer Glazier Marble setter Sheet metal worker
Carpenter Ironworker Painter Terrazzo Worker
Cement Mason Laborer Group Plasterer Tile layer
Electrician Labor/Striper Group Plumber (other)
Tips for completing the Agency Report of Contract Award form
The Agency Report of Contract Award (ARCA) form will help the LCA to complete HUD’s Semi-Annual and Annual reporting requirements. Send a copy of the
completed form(s) to the GMU Contract Compliance Officer via email. Process the ARCA as follows:
• Local Contracting Agency (LCA) must;
o Enter the basic project information on the form,
o Enter the dollar amount of the Prime Contract
o Explain the prevailing wage requirements as outlined in the specifications,
o Do not sign the form until it is returned, completed by the prime sub, or lower-tier contractor,
o Collect form from the contractor and review for accuracy,
o Initial and email completed form(s) to GMU.
• Prime Contractor must;
o Provide an estimated start and end date, and a summary the Scope of Work,
o Identify the basic trades and number of workers to be used on site,
o Complete lower left section – business address and EEO portion, and
o Sign and return the form to the LCA.
o Subcontractor form, provide the dollar amount of each subcontract
• Ensure subcontractor has a copy of the HUD-4010 form & Federal Wage Decision
• Collect form from the sub-contractor and review it for accuracy
• Sign and forward the form to the LCA
• Sub and Lower-tier contractor must;
o Provide an estimated start and end date, and a summary the Scope of Work,
o Identify the basic trades and number of workers to be used on site,
o Complete lower right section – business address and EEO portion, and
o Sign and return the form to the Prime Contractor.
1. Date of Public Bid Opening or Informal Solicitation Date: Date that the LCA held the public bid opening, or the date that the contract opened
for vendor offers through informal solicitation.
2. Contract Award Date: Prime Contracts, the date that the contractor signed an agreement with the LCA.
Subcontracts, the date the subcontractor signed an agreement with, or work commenced for the prime contractor.
Lower-tier contracts, the date the lower-tier signed an agreement with, or work commenced for the subcontractor.
3. Section 3-Qualified Contracts: The LCA is required to conduct a presentation of the requirements and labor hour benchmarks of Section 3 during the
Pre-Bid Meeting. In addition, during the bid evaluations, the LCA will include a Section 3 analysis to determine each bidder’s Section 3 Responsiveness and
provide GMU with a copy of their evaluation. A standard-format evaluation form is available for reference and use during the evaluation process.
4. Contractor Eligibility: Prior to awarding a contract for construction, the LCA must ensure the contractor is eligible to receive federal funds, and that the
contractor’s license is current and active as part of the LCA bid evaluation process. The eligibility check includes:
1. Obtaining the state license number of each bidder and proposed sub-contractor
2. Contact the CA Contractor State License Board on-line at http://www.cslb.ca.gov
3. Enter the contractor’s license number and click on “Check License”
4. The License Detail page will display; Business Information, License Status, Personnel List, etc.
5. Print a copy of this page to assist in completing the contractor’s eligibility verification.
a. First, access the CA Department of Industrial Relations website:
i. at https://www.dir.ca.gov/dlse/debar.html to ensure that the contractor is not debarred
b. Next, access the Federal List of Parties Excluded from receiving federal funds on-line at
https://sam.gov/content/exclusions
6. Print the results of your search and place a copy in the contractor’s Labor Standards Enforcement File
5. Contractor Acknowledgement: By signing this form the contractor(s) acknowledges that this project is federally-funded and the prevailing wage
requirements of the Davis-Bacon and Related Acts will be administered, monitored, and enforced by the LCA, or their assigned representative.
6. Federal Labor Standards Provisions: A copy of the current HUD-4010 form that outlines the labor requirements for each contractor must be included
in the bid specifications for all formal competitive bids, or physically attached to each Prime Contract awarded for informal contracts under $25,000. The Prime
Contractor must attach a current copy of the HUD-4010 form to each subcontract.
7. Federal Wage Decision: A copy of the current Wage Decision that identifies the minimum hourly wage and fringe benefit payments to workers must also
be included in the bid specifications for all formal competitive bids, or physically attached to each Prime Contract awarded for informal contracts under $2,000.
The Prime Contractor must attach a copy of the applicable Wage Decision and HUD-4010 form to each subcontractor ARCA to ensure that each sub and lower-
tier contractor was informed of his/her obligation to pay prevailing hourly wages and fringe benefits to workers each week.
8. Contractor’s Acknowledgement: To pay workers each week no less than the hourly wage and fringe benefits rates identified in the assigned wage
decision.
9. Notice of Contract Award: Within 10-days of the award date, a Notice of Contract Award letter must sent to the Office of Federal Contract Compliance
Programs (OFCCP) at the address below for contracts awarded in the amount of $10,000 or more. Place a copy of the signed letter in the project file.
U.S. Department of Labor, Office of Federal Contract Compliance Programs
1640 South Sepulveda Boulevard, Suite 440
Los Angeles, CA 90024
1293492.1
APPENDIX B
CURB RAMP PLANS
57
10
60
71
60
57
142
60
57
1
DATE:
ISSUED
FOR BIDS
03/25/24
2
“”
“”
“”
DATE:
ISSUED
FOR BIDS
03/25/24
TRUSS COURTLEMON AVENUE
20601 TRUSS COURT
DATE:
ISSUED
FOR BIDS
03/25/24
3
LEMON AVENUE TRUSS COURT20616 TRUSS COURT
DATE:
ISSUED
FOR BIDS
03/25/24
4
CLEARSPRING COURTLEMON AVENUE
1271 LEMON AVENUE
DATE:
ISSUED
FOR BIDS
03/25/24
5
LEMON AVENUECLEARSPRING COURT1245 LEMON AVENUE
DATE:
ISSUED
FOR BIDS
03/25/24
6
WINDWOOD DRIVEWASHINGTON AVENUE
711 WINDWOOD DRIVE
DATE:
ISSUED
FOR BIDS
03/25/24
7
WINDWOOD DRIVEWASHINGTON AVENUE
21107 RAINWOOD DRIVE
DATE:
ISSUED
FOR BIDS
03/25/24
8
WINDWOOD DRIVEWASHINGTON AVENUE
711 WINDWOOD DRIVE 21107 RAINWOOD DRIVE
DATE:
ISSUED
FOR BIDS
03/25/24
9
LEMON AVENUEALDA COURT20600 ALDA COURT
DATE:
ISSUED
FOR BIDS
03/25/24
10
LEMON AVENUE ALDA COURT20601 ALDA COURT
DATE:
ISSUED
FOR BIDS
03/25/24
11
GLENTHORPE DRIVEGLENBROOK DRIVE
21065 GLENBROOK DRIVE
DATE:
ISSUED
FOR BIDS
03/25/24
12
GLENBROOK DRIVEGLENTHORPE DRIVE1280 GLENBROOK DRIVE
DATE:
ISSUED
FOR BIDS
03/25/24
13
1293492.1
APPENDIX C
CONSTRUCTION & DEMOLITION (C&D) DEBRIS
PLAN
-1 -09/28/17
City of Diamond Bar
Construction & Demolition (
C&D) Debris Plan
Required for all covered projects, 1,000 sq. ft or more. The deposit shall be returned, to the applicant, without
interest, in total or proportion upon submittal of proof that no less than 75% of the C&D was diverted.
Use of unauthorized waste haulers may also result in forfeit of the deposits.
Receipts and weight tickets can be submitted to: greendb@diamondbarca.gov
My project complies with Municipal Code §142.0805 for space allocation for recyclables
collection.
Material Type A
Estimated Salvage,
Reuse or Recycle
B
Estimated
Disposal (Trash)
C
Estimated Total
Debris Quantity
Applicant Self
Haul (check)
Certified Recycling
Facility or
Disposal Destination
Asphalt & Concrete
Brick / Masonry / Tile
Cabinets, Doors, Fixtures,
Windows (circle all that apply)
Cardboard
Carpet, Padding / Foam
Ceiling Tile (acoustic)
Dirt
Drywall
Landscape Debris
Mixed C&D Debris
Mixed Inerts
Roofing Materials
Scrap Metal
Stucco
Unpainted Wood & Pallets
Garbage / Trash
Other:
TOTAL
Complete before obtaining a building, combination or demolition permit.
Submit this form and your deposit to the Building and Safety Division located at: 21810 Copley Dr. Diamond Bar, CA. 91765
issuance. Applicant Contact Information:
Name _________________________________ Title __________________________ Company _____________________________
Address _______________________________________________ City _______________________ State ____ Zip ____________
Phone _________________________________ Email _______________________________________________________________
rmation: Project Info
Permit No. __________________
P roject Address ______________________________________________________________________ Zip ____________________
P roject Type: New Construction Addition/Alteration Demolition
Building Type: Commercial Residential
Estimated Square Feet _______________________________
Estimated Start Date __________/__________/__________
Estimated Completion Date _________/________/________
TO BE FILLED OUT BY CITY STAFF
“C&D Deposit” Paid $______________________
Staff Initials _________ Date Paid ____________
Fill out the table with estimated quantities in tons for each material that will be generated by your project. Note: A + B = C
To estimate Recycling Rate: (Total A/Total C) x 100 = Recycling %
For information on construction and demolition waste management plans contact the City of Diamond Bar
Environmental Services at 909.839.7015 or via email to greendb@diamondbarca.gov
BIN RENTAL GUIDE 1
Diamond Bar Exclusive Franchise Haulers
WASTE MANAGEMENT: For Single-Family Residential
Commercial Department-Builders Direct
Phone: (866) 445-8296
Email: socalbdr@wm.com
Valley Vista Services:
For Commercial, Multifamily or new construction
Phone: (800)442-6454
Email: JoelSimonian@valleyvistaservices.com
Weight tickets and/or receipts can be emailed to: greendb@diamondbarca.gov
SELF-HAUL CONSTRUCTION AND DEMOLITION FACILITIES
Downtown Diversion 2424 E. Olympic Avenue
Los Angeles
Hours:
Monday-Friday 6-6pm
Saturday 6:00 a.m.-2:00 p.m.
(213) 612-5005
$87/ton
$105 minimum
Grand Central Recycling 999 S. Hatcher,
City of Industry
Hours:
Monday-Saturday: 6:00 a.m.-5:00 p.m.
Office: 626-961-6291 ext. 5578
Madison Materials 1035 E. 4th Street
Santa Ana
Hours:
Monday-Friday 8-5pm
Saturday 8:00 a.m.- 2:00 p.m.
(714) 664-0159
$71/ton
*$38 minimum
CONSTRUCTION AND DEMOLITION DEBRIS
RECYCLING FACILITIES IN LOS ANGELES COUNTY
Company Name & Address Phone Number Materials Accepted Recycling
Business Hours Rate
WASTE MANAGEMENT INC.(661) 947-7197 C&D debris: wood, metal,78.14%
LANCASTER LANDFILL Mon - Fri, 9am - 3:30pm drywall, cardboard, rock, soil,
600 East Avenue F Sat 8am - 12pm gravel, asphalt, concrete
Lancaster
ARROW TRANSIT MIX, INC.(661) 945-7600 Asphalt, concrete, concrete 100%
507 East Avenue L-12 Mon - Fri, 7am - 4pm blocks, gravel, rocks
Lancaster
BURRTEC SERVICES (866) 270-5370 C&D debris: wood, metal,65%
Mon - Fri, 7am - 5pm drywall, cardboard, rock, soil,
gravel, asphalt, concrete
REPUBLIC SERVICES (800) 299-4898 C&D debris: wood, metal,65%
Mon - Fri, 7am - 5pm drywall, cardboard, rock, soil,
gravel, asphalt, concrete
SOUTHERN CALIFORNIA DISPOSAL (310) 828-6444 C&D debris: wood, metal,65%
1908 Frank Street Mon - Sat, 6am - 2pm drywall, cardboard, rock, soil,
Santa Monica gravel, asphalt, concrete
AMERICAN RECLAMATION (323) 245-0125 C&D debris: wood, metal,82.01%
4560 Doran Street Mon - Fri, 7am - 5pm drywall, cardboard, rock, soil,
Los Angeles (near Glendale)Sat, 7am - 3pm gravel, asphalt, concrete
BRADLEY EAST TRANSFER STATION (818) 767-6180 Wood, tree trimmings,100%
9227 Tujunga Avenue Mon - Fri, 7am - 5pm green waste
Sun Valley
RECOLOGY LOS ANGELES
formerly CROWN DISPOSAL (818) 767-6000 C&D debris: wood, metal, drywall,70%
9147 DeGarmo Avenue open 24 hours, 7 days cardboard, rock, soil, green waste
Sun Valley gravel, asphalt, concrete
EAST VALLEY DIVERSION - WM (818) 252-0019 C&D debris: wood, metal,75.17%
11616 Sheldon Street Mon - Fri, 6am - 6pm drywall, cardboard, rock, soil,
Sun Valley Sat, 6am - 3pm gravel, asphalt, concrete
NORTH HILLS RECYCLING (818) 364-1278 Brush, logs, plants,100%
11700 Blucher Avenue Mon - Sat, 6am - 6pm tree trimmings, and
Granada Hills clean lumber
RAMCO (818) 767-0700 Asphalt, concrete, gravel,100%
9005 Bradley Avenue 24 hours, 6am Monday rock, and sand. No dirt
Sun Valley until 4pm Saturday
ANTELOPE VALLEY
SANTA CLARITA VALLEY
SAN FERNANDO VALLEY
SANTA MONICA and WESTERN LOS ANGELES COUNTY
CONSTRUCTION AND DEMOLITION DEBRIS
RECYCLING FACILITIES IN LOS ANGELES COUNTY
Company Name & Address Phone Number Materials Accepted Recycling
Business Hours Rate
THE REUSE PEOPLE (818) 244-5635 Architectural salvage 100%
3015 Dolores Street Mon - Fri, 10am - 5pm
Los Angeles (near Glendale)Sat, 10am - 4pm
VALLEY BASE MATERIALS (818) 767-3088 Asphalt, concrete, 100%
8960 Bradley Avenue open 24 hours, 7 days concrete block,
Sun Valley gravel, rock
VULCAN MATERIALS (818) 983-0146 Asphalt grindings, concrete 100%
11401 West Tuxford Street Mon - Fri, 6:30am-2:30pm
Sun Valley
CONSTRUCTION & DEMOLITION (323) 357-6900 C&D debris: wood, metal,79.72%
RECYCLING, INC.Mon - Fri, 4am - 4pm drywall, cardboard, rock, soil,
9309 Rayo Avenue Sat, 4am - 4pm gravel, asphalt, concrete
South Gate
DAN COPP CRUSHING (800) DUMPSITE Asphalt, concrete, gravel, rock 100%
12017 Greenstone Avenue Mon - Fri, 7am - 3:30pm
Santa Fe Springs Sat, 7am - 1pm
GREENCYCLE (562) 906-5223 Wood, soil, and greenwaste 100%
12815 East Imperial Highway Mon - Fri, 6:30am - 5pm including palm and yucca
Santa Fe Springs Sat, 7am - 5pm
PASADENA ARCHITECTURAL (626) 535-9655 Architectural salvage 100%
SALVAGE Tue - Sat, 9am - 5pm
2600 East Foothill Boulevard Sun, 12pm - 5pm
Pasadena
PECK ROAD GRAVEL (626) 574-1855 Asphalt, concrete, brick 100%
128 East Live Oak Avenue Mon - Fri, 6am - 4:30pm
Monrovia Sat, 6:00am-2:30pm
SILVERLAKE ARCHITECTURAL (626) 445-1092 Architectural salvage 100%
SALVAGE Daily, 11am - 5pm
169 Cook Street
Pasadena
RECYCLED WOOD PRODUCTS (909) 868-6882 Green waste, soil 100%
1313 East Phillips Boulevard Mon - Fri, 7am - 5pm
Pomona Sat, 7am - 1pm
25TH STREET RECYCLING (323) 583-7913 Concrete, concrete block, 100%
2121 East 25th Street Mon - Fri, 6:30am - 11pm asphalt
Los Angeles Sat, 6am - 6pm
CALIFORNIA WASTE SERVICES (800) 839-5550 C&D debris: wood, metal,74.99%
621 West 152nd Street Mon - Fri, 6am - 10pm drywall, cardboard, rock, soil,
Gardena Sat, 7am - 7pm gravel, asphalt, concrete
DIRECT DISPOSAL (323) 262-1604 C&D debris: wood, metal,76.39%
3720 Noakes Street Mon - Fri, 5am - 4pm drywall, cardboard, rock, soil,
Los Angeles (East L. A.)Sat, 6am - 11am gravel, asphalt, concrete
CITY OF LOS ANGELES AND CENTRAL LOS ANGELES COUNTY
SAN GABRIEL VALLEY and SOUTHEAST LOS ANGELES COUNTY
CONSTRUCTION AND DEMOLITION DEBRIS
RECYCLING FACILITIES IN LOS ANGELES COUNTY
Company Name & Address Phone Number Materials Accepted Recycling
Business Hours Rate
DOWNTOWN DIVERSION - WM (213) 612-5005 C&D debris: wood, metal,77.08%
2424 East Olympic Boulevard, Bldg. 3 Mon - Fri, 6am - 6pm drywall, cardboard, rock, soil,
Los Angeles Sat, 6am - 3pm gravel, asphalt, concrete
FREEWAY BUILDING MATERIALS (323) 261-8904 Architectural salvage 100%
1124 South Boyle Avenue Mon - Fri, 8am - 4pm
Los Angeles Sat, 8am - 3pm
SOUTHERN CALIFORNIA (213) 623-3119 Architectural salvage 100%
ARCHITECTURAL SALVAGE Mon - Fri, 8am - 5pm
1600 South Santa Fe Avenue Sat - Sun, 9:30am - 3pm
Los Angeles
ALLIED WASTE FALCON (562) 590-8531 C&D debris: wood, metal,65%
3031 East "I" Street Mon - Fri, 6am - 6pm drywall, cardboard, rock, soil,
Wilmington Sat, 6am - 2pm gravel, asphalt, concrete
HANSON AGGREGATES (626) 856-6700 Option 1 Asphalt, concrete 100%
6956 Cherry Avenue Mon - Fri, 7am - 3:30pm
North Long Beach Sat. 7am -2pm
HANSON AGGREGATES (626) 856-6700 Option 1 Asphalt, concrete 100%
2850 California Avenue Mon - Fri, 7am - 3:30pm
South Long Beach
Updated January 18, 2017
CITY OF LONG BEACH and SOUTHERN LOS ANGELES COUNTY
If you are a recycling company and you would like to be added to the database, or you have information
to update the existing list, please call the Construction & Demolition Unit at (626) 458-3517
The companies listed and the information presented are subject to change without notice and are based on the most readily
available information.
The companies listed are not endorsed or recommended by the County, nor is the list necessarily inclusive of all recycling
companies in the region.
All Recycling Rates are based on the City of Los Angeles List and County of Los Angeles Data Research.
1293492.1
APPENDIX D
PREVAILING WAGE RATES
"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 entered |. Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |. The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | 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. |
|______________________________|_____________________________|
|If the contract was awarded on|. Executive Order 13658 |
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |. The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $12.90 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2024. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
1 01/12/2024
2 02/02/2024
3 02/09/2024
4 02/23/2024
5 03/08/2024
6 04/12/2024
ASBE0005-002 09/01/2023
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
protective coverings,
coatings, and finishes to all
types of mechanical systems).....$ 49.58 25.27
Fire Stop Technician
(Application of Firestopping
Materials for wall openings
and penetrations in walls,
floors, ceilings and curtain
walls)...........................$ 36.97 20.36
----------------------------------------------------------------
ASBE0005-004 07/04/2022
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not)....$ 23.52 13.37
----------------------------------------------------------------
BOIL0092-003 01/01/2024
Rates Fringes
BOILERMAKER......................$ 51.98 42.11
----------------------------------------------------------------
* BRCA0004-007 05/01/2020
Rates Fringes
BRICKLAYER; MARBLE SETTER........$ 41.53 19.48
*The wage scale for prevailing wage projects performed in
Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine
Palms, Needles and 1-15 corridor (Barstow to the Nevada
State Line) will be Three Dollars ($3.00) above the
standard San Bernardino/Riverside County hourly wage rate
----------------------------------------------------------------
BRCA0018-004 06/01/2022
Rates Fringes
MARBLE FINISHER..................$ 37.87 14.13
TILE FINISHER....................$ 32.44 12.54
TILE LAYER.......................$ 45.05 18.33
----------------------------------------------------------------
BRCA0018-010 09/01/2022
Rates Fringes
TERRAZZO FINISHER................$ 38.37 14.13
TERRAZZO WORKER/SETTER...........$ 46.49 14.66
----------------------------------------------------------------
CARP0213-001 07/01/2021
Rates Fringes
CARPENTER
(1) Carpenter, Cabinet
Installer, Insulation
Installer, Hardwood Floor
Worker and acoustical
installer...................$ 51.60 16.28
(2) Millwright..............$ 52.10 16.48
(3) Piledrivermen/Derrick
Bargeman, Bridge or Dock
Carpenter, Heavy Framer,
Rock Bargeman or Scowman,
Rockslinger, Shingler
(Commercial)................$ 51.73 16.28
(4) Pneumatic Nailer,
Power Stapler...............$ 51.85 16.28
(5) Sawfiler...............$ 51.69 16.28
(6) Scaffold Builder.......$ 42.80 16.28
(7) Table Power Saw
Operator....................$ 51.70 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): $0.13 per hour additional.
----------------------------------------------------------------
CARP0213-002 07/01/2021
Rates Fringes
Diver
(1) Wet.....................$ 834.40 16.28
(2) Standby.................$ 445.84 16.28
(3) Tender..................$ 437.84 16.28
(4) Assistant Tender........$ 413.84 16.28
Amounts in ""Rates' column are per day
----------------------------------------------------------------
CARP0213-004 07/01/2021
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER....$ 51.60 16.28
STOCKER/SCRAPPER............$ 22.16 8.62
----------------------------------------------------------------
CARP0721-001 07/01/2021
Rates Fringes
Modular Furniture Installer......$ 21.85 7.15
----------------------------------------------------------------
ELEC0011-004 06/30/2023
Rates Fringes
ELECTRICIAN (INSIDE
ELECTRICAL WORK)
Journeyman Electrician......$ 60.80 3%+29.77
ELECTRICIAN (INTELLIGENT
TRANSPORTATION SYSTEMS Street
Lighting, Traffic Signals,
CCTV,and Underground Systems)
Journeyman Transportation
Electrician.................$ 60.80 3%+29.77
Technician..................$ 45.60 3%+29.77
FOOT NOTE:
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 information
and/or control systems that are intrinsic to the above
listed systems SCADA (Supervisory control/data acquisition
PCM (Pulse code modulation) Inventory control systems
Digital data systems Broadband & baseband and carriers
Point of sale systems VSAT data systems Data communication
systems RF and remote control systems Fiber optic data
systems
B. Sound and Voice Transmission/Transference Systems
Background-Foreground Music Intercom and Telephone
Interconnect Systems Sound and Musical Entertainment
Systems Nurse Call Systems Radio Page Systems School
Intercom and Sound Systems Burglar Alarm Systems
Low-Voltage Master Clock Systems Multi-Media/Multiplex
Systems Telephone Systems RF Systems and Antennas and Wave
Guide
C. *Fire Alarm Systems-installation, wire pulling and
testing.
D. Television and Video Systems Television Monitoring and
Surveillance Systems Video Security Systems Video
Entertainment Systems Video Educational Systems CATV and
CCTV
E. Security Systems, Perimeter Security Systems, Vibration
Sensor Systems
Sonar/Infrared Monitoring Equipment, Access Control Systems,
Card Access Systems
*Fire Alarm Systems
1. Fire Alarms-In Raceways: Wire and cable pulling in
raceways performed at the current electrician wage rate and
fringe 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 crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line 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 hourly
rate as vacation pay credit for employees with more than 5
years of service, and 6% for 6 months to 5 years of service.
b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence
Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday
after Thanksgiving, and Christmas Day.
----------------------------------------------------------------
ENGI0012-004 08/01/2023
Rates Fringes
OPERATOR: Power Equipment
(DREDGING)
(1) Leverman................$ 64.10 34.60
(2) Dredge dozer............$ 58.13 34.60
(3) Deckmate................$ 58.02 34.60
(4) Winch operator (stern
winch on dredge)............$ 57.47 34.60
(5) Fireman-Oiler,
Deckhand, Bargeman,
Leveehand...................$ 56.93 34.60
(6) Barge Mate..............$ 57.54 34.60
----------------------------------------------------------------
ENGI0012-024 07/01/2023
Rates Fringes
OPERATOR: Power Equipment
(All Other Work)
GROUP 1....................$ 53.90 32.80
GROUP 2....................$ 54.68 32.80
GROUP 3....................$ 54.97 32.80
GROUP 4....................$ 56.46 32.80
GROUP 6....................$ 56.68 32.80
GROUP 8....................$ 56.79 32.80
GROUP 10....................$ 56.91 32.80
GROUP 12....................$ 57.08 32.80
GROUP 13....................$ 57.18 32.80
GROUP 14....................$ 57.21 32.80
GROUP 15....................$ 57.29 32.80
GROUP 16....................$ 57.41 32.80
GROUP 17....................$ 57.58 32.80
GROUP 18....................$ 57.68 32.80
GROUP 19....................$ 57.79 32.80
GROUP 20....................$ 57.91 32.80
GROUP 21....................$ 58.08 32.80
GROUP 22....................$ 58.18 32.80
GROUP 23....................$ 58.29 32.80
GROUP 24....................$ 58.41 32.80
GROUP 25....................$ 58.58 32.80
OPERATOR: Power Equipment
(Cranes, Piledriving &
Hoisting)
GROUP 1....................$ 55.25 32.80
GROUP 2....................$ 56.03 32.80
GROUP 3....................$ 56.32 32.80
GROUP 4....................$ 56.46 32.80
GROUP 5....................$ 56.68 32.80
GROUP 6....................$ 56.79 32.80
GROUP 7....................$ 56.91 32.80
GROUP 8....................$ 57.08 32.80
GROUP 9....................$ 57.25 32.80
GROUP 10....................$ 58.25 32.80
GROUP 11....................$ 59.25 32.80
GROUP 12....................$ 60.25 32.80
GROUP 13....................$ 61.25 32.80
OPERATOR: Power Equipment
(Tunnel Work)
GROUP 1....................$ 55.75 32.80
GROUP 2....................$ 56.53 32.80
GROUP 3....................$ 56.82 32.80
GROUP 4....................$ 56.96 32.80
GROUP 5....................$ 57.18 32.80
GROUP 6....................$ 57.29 32.80
GROUP 7....................$ 57.41 32.80
PREMIUM PAY:
$10.00 per hour shall be paid on all Power Equipment Operator
work on the followng Military Bases: China Lake Naval
Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base,
Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics
Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp
Pendleton
Workers required to suit up and work in a hazardous material
environment: $2.00 per hour additional. Combination mixer
and compressor operator on gunite work shall be classified
as a concrete mobile mixer operator.
SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch
Witch, 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; 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 dum
jack; Screening and conveyor machine operator (or similar
types); Skiploader (wheel type up to 3/4 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); 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; Boxman or mixerman
(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 stomper; 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 or
600 auger or similar types - drilling depth of 45'
maximum); Drilling machine operator; Hydrographic 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
(below ground); Pavement breaker operator (truck mounted);
Road oil mixing machine operator; Roller operator (asphalt
or finish), rubber-tired earth moving equipment (single
engine, up to and including 25 yds. struck); Self-propelled
tar pipelining machine operator; Skiploader operator
(crawler and wheel type, over 3/4 yd. and up to and
including 1-1/2 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. flywheel 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
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
engine up to and including 25 yds. struck); Rubber-tired
scraper operator (self-loading paddle wheel type-John
Deere, 1040 and similar single unit); Self- propelled curb
and gutter machine operator; Shuttle buggy; Skiploader
operator (crawler and wheel type over 1-1/2 yds. up to and
including 6-1/2 yds.); Soil remediation plant operator;
Surface heaters and planer operator; Tractor compressor
drill combination operator; Tractor operator (any type
larger than D-5 - 100 flywheel h.p. and over, or
similar-bulldozer, tamper, scraper and push tractor single
engine); Tractor operator (boom attachments), Traveling
pipe wrapping, cleaning and bendng machine operator;
Trenching machine operator (over 6 ft. depth capacity,
manufacturer's rating); trenching Machine with Road Miner
attachment (over 6 ft depth capacity): Ultra high pressure
waterjet cutting tool system mechanic; Water pull
(compaction) operator
GROUP 10: Drilling machine operator, Bucket or auger types
(Calweld 200 B bucket or similar types-Watson 3000 or 5000
auger or similar types-Texoma 900 auger or similar
types-drilling depth of 105' maximum); Dual drum mixer,
dynamic compactor LDC350 (or similar types); Monorail
locomotive operator (diesel, gas or electric); Motor
patrol-blade operator (single engine); Multiple engine
tractor operator (Euclid and similar type-except Quad 9
cat.); Rubber-tired earth-moving equipment operator (single
engine, over 50 yds. struck); Pneumatic pipe ramming tool
and similar types; Prestressed wrapping machine operator;
Rubber-tired earth-moving equipment operator (single
engine, over 50 yds. struck); Rubber tired earth moving
equipment operator (multiple engine, Euclid, caterpillar
and similar over 25 yds. and up to 50 yds. struck), Tower
crane repairman; Tractor loader operator (crawler and wheel
type over 6-1/2 yds.); Woods mixer operator (and similar
Pugmill equipment)
GROUP 12: Auto grader operator; Automatic slip form operator;
Drilling machine operator, bucket or auger types (Calweld,
auger 200 CA or similar types - Watson, auger 6000 or
similar types - Hughes Super Duty, auger 200 or similar
types - drilling depth of 175' maximum); Hoe ram or similar
with compressor; Mass excavator operator less tha 750 cu.
yards; 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 push-pull system (single engine,
up to and including 25 yds. struck)
GROUP 14: Canal liner operator; Canal trimmer operator;
Remote- control earth-moving equipment operator (operating
a second piece of equipment: $1.00 per hour additional);
Wheel excavator operator (over 750 cu. yds.)
GROUP 15: Rubber-tired earth-moving equipment operator,
operating equipment with 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
yds. struck); Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple
engine-up to and including 25 yds. struck)
GROUP 16: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (single engine,
over 50 yds. struck); Rubber-tired earth-moving equipment
operator, operating equipment with 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 push-pull system (multiple engine,
Euclid, Caterpillar and similar, 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 (or similar types);
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 engine, 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)
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 yds. struck); Rubber-tired
earth-moving equipment operator, operating 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; Rubber-tired
earth-moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar type, over 50 cu. yds. struck);
Spyder Excavator Operator, with all attachments
CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS
GROUP 1: Engineer oiler; Fork lift operator (includes loed,
lull or similar types)
GROUP 2: Truck crane oiler
GROUP 3: A-frame or winch truck operator; Ross carrier
operator (jobsite)
GROUP 4: Bridge-type unloader and turntable operator;
Helicopter hoist operator
GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western
or similar type); Tugger hoist operator (1 drum)
GROUP 6: Bridge crane operator; Cretor crane operator; Hoist
operator (Chicago boom and similar type); Lift mobile
operator; Lift slab machine operator (Vagtborg and similar
types); Material hoist and/or manlift operator; Polar
gantry crane operator; Self Climbing scaffold (or similar
type); Shovel, backhoe, dragline, clamshell operator (over
3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator
GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline,
clamshell operator (over 5 cu. yds. mrc); Tower crane
repair; Tugger hoist operator (3 drum)
GROUP 8: Crane operator (up to and including 25 ton
capacity); Crawler transporter operator; Derrick barge
operator (up to and including 25 ton capacity); Hoist
operator, stiff legs, Guy derrick or similar type (up to
and including 25 ton capacity); Shovel, backhoe, dragline,
clamshell operator (over 7 cu. yds., M.R.C.)
GROUP 9: Crane operator (over 25 tons and up to and including
50 tons mrc); Derrick barge operator (over 25 tons up to
and including 50 tons mrc); Highline cableway operator;
Hoist operator, stiff legs, Guy derrick or similar type
(over 25 tons up to and including 50 tons mrc); K-crane
operator; Polar crane operator; Self erecting tower crane
operator maximum lifting capacity ten tons
GROUP 10: Crane operator (over 50 tons and up to and
including 100 tons mrc); Derrick barge operator (over 50
tons up to and including 100 tons mrc); Hoist operator,
stiff legs, Guy derrick or similar type (over 50 tons up to
and including 100 tons mrc), Mobile tower crane operator
(over 50 tons, up to and including 100 tons M.R.C.);
GROUP 11: Crane operator (over 100 tons and up to and
including 200 tons mrc); Derrick barge operator (over 100
tons up to and including 200 tons mrc); Hoist operator,
stiff legs, Guy derrick or similar type (over 100 tons up
to and including 200 tons mrc); Mobile tower crane operator
(over 100 tons up to and including 200 tons mrc) ; Tower
crane operator and tower gantry
GROUP 12: Crane operator (over 200 tons up to and including
300 tons mrc); Derrick barge operator (over 200 tons up to
and including 300 tons mrc); Hoist operator, stiff legs,
Guy derrick or similar type (over 200 tons, up to and
including 300 tons mrc); Mobile tower crane operator (over
200 tons, up to and including 300 tons mrc)
GROUP 13: Crane operator (over 300 tons); Derrick barge
operator (over 300 tons); Helicopter pilot; Hoist operator,
stiff legs, Guy derrick or similar type (over 300 tons);
Mobile tower crane operator (over 300 tons)
TUNNEL CLASSIFICATIONS
GROUP 1: Skiploader (wheel type up to 3/4 yd. without
attachment)
GROUP 2: Power-driven jumbo form setter operator
GROUP 3: Dinkey locomotive or motorperson (up to and
including 10 tons)
GROUP 4: Bit sharpener; Equipment greaser (grease truck);
Slip form pump operator (power-driven hydraulic lifting
device for concrete forms); Tugger hoist operator (1 drum);
Tunnel locomotive operator (over 10 and up to and including
30 tons)
GROUP 5: Backhoe operator (up to and including 3/4 yd.);
Small Ford, Case or similar; Drill doctor; Grouting machine
operator; Heading shield operator; Heavy-duty repairperson;
Loader operator (Athey, Euclid, Sierra and similar types);
Mucking machine operator (1/4 yd., rubber-tired, rail or
track type); Pneumatic concrete placing machine operator
(Hackley-Presswell or similar type); Pneumatic heading
shield (tunnel); Pumpcrete gun operator; Tractor compressor
drill combination operator; Tugger hoist operator (2 drum);
Tunnel locomotive operator (over 30 tons)
GROUP 6: Heavy Duty Repairman
GROUP 7: Tunnel mole boring machine operator
ENGINEERS ZONES
$1.00 additional per hour for all of IMPERIAL County and the
portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as
defined below:
That area within the following Boundary: Begin in San
Bernardino County, approximately 3 miles NE of the intersection
of I-15 and the California State line at that point which is
the NW corner of Section 1, T17N,m R14E, San Bernardino
Meridian. Continue W in a straight line to that point which is
the SW corner of the northwest quarter of Section 6, T27S,
R42E, Mt. Diablo Meridian. Continue North to the intersection
with the Inyo County Boundary at that point which is the NE
corner of the western half of the northern quarter of Section
6, T25S, R42E, MDM. Continue W along the Inyo and San
Bernardino County boundary until the intersection with Kern
County, as that point which is the SE corner of Section 34,
T24S, R40E, MDM. Continue W along the Inyo and Kern County
boundary until the intersection with Tulare County, at that
point which is the SW corner of the SE quarter of Section 32,
T24S, R37E, MDM. Continue W along the Kern and Tulare County
boundary, until that point which is the NW corner of T25S,
R32E, MDM. Continue S following R32E lines to the NW corner of
T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E,
MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue
W to SW corner of SE quarter of Section 34, T32S, R30E, MDM.
Continue S to SW corner of T11N, R17W, SBM. Continue E along
south boundary of T11N, SBM to SW corner of T11N, R7W, SBM.
Continue S to SW corner of T9N, R7W, SBM. Continue E along
south boundary of T9N, SBM to SW corner of T9N, R1E, SBM.
Continue S along west boundary of R1E, SMB to Riverside County
line at the SW corner of T1S, R1E, SBM. Continue E along south
boundary of T1s, SBM (Riverside County Line) to SW corner of
T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to
Imperial County line at the SW corner of T8S, R10E, SBM.
Continue W along Imperial and Riverside county line to NW
corner of T9S, R9E, SBM. Continue S along the boundary between
Imperial and San Diego Counties, along the west edge of R9E,
SBM to the south boundary of Imperial County/California state
line. Follow the California state line west to Arizona state
line, then north to Nevada state line, then continuing NW back
to start at the point which is the NW corner of Section 1,
T17N, R14E, SBM
$1.00 additional per hour for portions of SAN LUIS OBISPO,
KERN, SANTA BARBARA & VENTURA as defined below:
That area within the following Boundary: Begin approximately 5
miles north of the community of Cholame, on the Monterey County
and San Luis Obispo County boundary at the NW corner of T25S,
R16E, Mt. Diablo Meridian. Continue south along the west side
of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW
corner of T30S, R17E, MDM. Continue S to SW corner of T31S,
R17E, MDM. Continue E to SW corner of T31S, R18E, MDM.
Continue S along West side of R18E, MDM as it crosses into San
Bernardino Meridian numbering area and becomes R30W. Follow
the west side of R30W, SBM to the SW corner of T9N, R30W, SBM.
Continue E along the south edge of T9N, SBM to the Santa
Barbara County and Ventura County boundary at that point whch
is the SW corner of Section 34.T9N, R24W, SBM, continue S along
the Ventura County line to that point which is the SW corner of
the SE quarter of Section 32, T7N, R24W, SBM. Continue E
along the south edge of T7N, SBM to the SE corner to T7N, R21W,
SBM. Continue N along East side of R21W, SBM to Ventura County
and Kern County boundary at the NE corner of T8N, R21W.
Continue W along the Ventura County and Kern County boundary to
the SE corner of T9N, R21W. Continue North along the East edge
of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue
West along the north edge of T12N, SBM to the SE corner of
T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM
and T32S MDM]. Continue North along the East side of R21E, MDM
to the Kings County and Kern County border at the NE corner of
T25S, R21E, MDM, continue West along the Kings County and Kern
County Boundary until the intersection of San Luis Obispo
County. Continue west along the Kings County and San Luis
Obispo County boundary until the intersection with Monterey
County. Continue West along the Monterey County and San Luis
Obispo County boundary to the beginning point at the NW corner
of T25S, R16E, MDM.
$2.00 additional per hour for INYO and MONO Counties and the
Northern portion of SAN BERNARDINO County as defined below:
That area within the following Boundary: Begin at the
intersection of the northern boundary of Mono County and the
California state line at the point which is the center of
Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then
SE along the entire western boundary of Mono County, until it
reaches Inyo County at the point which is the NE corner of the
Western half of the NW quarter of Section 2, T8S, R29E, MDM.
Continue SSE along the entire western boundary of Inyo County,
until the intersection with Kern County at the point which is
the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM.
Continue E along the Inyo and Kern County boundary until the
intersection with San Bernardino County at that point which is
the SE corner of section 34, T24S, R40E, MDM. Continue E along
the Inyo and San Bernardino County boundary until the point
which is the NE corner of the Western half of the NW quarter of
Section 6, T25S, R42E, MDM. Continue S to that point which is
the SW corner of the NW quarter of Section 6, T27S, R42E, MDM.
Continue E in a straight line to the California and Nevada
state border at the point which is the NW corner of Section 1,
T17N, R14E, San Bernardino Meridian. Then continue NW along
the state line to the starting point, which is the center of
Section 18, T10N, R22E, MDM.
REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE
----------------------------------------------------------------
IRON0433-006 01/01/2024
Rates Fringes
IRONWORKER
Fence Erector...............$ 42.53 26.26
Ornamental, Reinforcing
and Structural..............$ 47.45 34.90
PREMIUM PAY:
$9.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center-Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LABO0300-001 07/01/2022
Rates Fringes
Brick Tender.....................$ 37.32 21.45
----------------------------------------------------------------
LABO0300-003 07/01/2022
Rates Fringes
LABORER (TUNNEL)
GROUP 1.....................$ 45.68 23.30
GROUP 2.....................$ 46.00 23.30
GROUP 3.....................$ 46.46 23.30
GROUP 4.....................$ 47.15 23.30
LABORER
GROUP 1.....................$ 36.39 21.04
GROUP 2.....................$ 36.94 21.04
GROUP 3.....................$ 37.49 21.04
GROUP 4.....................$ 39.04 21.04
GROUP 5.....................$ 39.39 21.04
LABORER CLASSIFICATIONS
GROUP 1: Cleaning and handling of panel forms; Concrete
screeding for rough strike-off; Concrete, water curing;
Demolition laborer, the cleaning of brick if performed by a
worker performing any other phase of demolition work, and
the cleaning of lumber; Fire watcher, limber, brush loader,
piler and debris handler; Flag person; Gas, oil and/or
water pipeline laborer; Laborer, asphalt-rubber material
loader; Laborer, general or construction; Laborer, general
clean-up; Laborer, landscaping; Laborer, jetting; Laborer,
temporary water and air lines; Material hose operator
(walls, slabs, floors and decks); Plugging, filling of shee
bolt holes; Dry packing of concrete; Railroad maintenance,
repair track person and road beds; Streetcar and railroad
construction track laborers; Rigging and signaling; Scaler;
Slip form raiser; Tar and mortar; Tool crib or tool house
laborer; Traffic control by any method; Window cleaner;
Wire mesh pulling - all concrete pouring operations
GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger
mixer and handling bulk cement); Cesspool digger and
installer; Chucktender; Chute handler, pouring concrete,
the handling of the chute from readymix trucks, such as
walls, slabs, decks, floors, foundation, 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 person; Guinea
chaser; Headerboard person - asphalt; Laborer, packing rod
steel and pans; Membrane vapor barrier installer; Power
broom sweeper (small); Riprap stonepaver, placing stone or
wet sacked concrete; Roto scraper and tiller; Sandblaster
(pot tender); Septic tank digger and installer(lead); Tank
scaler and cleaner; Tree climber, faller, chain saw
operator, Pittsburgh chipper and similar type brush
shredder; Underground laborer, including caisson bellower
GROUP 3: Buggymobile person; 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-in. pipe and over, by any method, inside and
out; High scaler (including drilling of same); Hydro seeder
and similar type; Impact wrench multi-plate; Kettle person,
pot person and workers applying asphalt, lay-kold,
creosote, lime caustic and similar type materials
(""applying"" means applying, dipping, brushing or handling
of such materials for pipe wrapping and waterproofing);
Operator of pneumatic, gas, electric tools, vibrating
machine, pavement breaker, air blasting, come-alongs, and
similar mechanical tools not separately classified herein;
Pipelayer's backup person, coating, grouting, making of
joints, sealing, caulking, diapering and including rubber
gasket joints, pointing and any and all other services;
Rock slinger; Rotary scarifier or multiple head concrete
chipping scarifier; Steel headerboard and guideline setter;
Tamper, Barko, Wacker and similar type; Trenching machine,
hand-propelled
GROUP 4: Asphalt raker, lute person, ironer, asphalt dump
person, and asphalt spreader boxes (all types); Concrete
core cutter (walls, floors or ceilings), grinder or sander;
Concrete saw person, cutting walls or flat work, scoring
old or new concrete; Cribber, shorer, lagging, sheeting and
trench bracing, hand-guided lagging hammer; Head rock
slinger; Laborer, asphalt- rubber distributor boot person;
Laser beam in connection with laborers' work; Oversize
concrete vibrator operator, 70 lbs. and over; Pipelayer
performing all services in the laying and installation of
pipe from the point of receiving pipe in the ditch until
completion of operation, including any and all forms of
tubular material, whether pipe, metallic or non-metallic,
conduit and any other stationary type of tubular device
used for the conveying of any substance or element, whether
water, sewage, solid gas, air, or other product whatsoever
and without regard to the nature of material from which the
tubular material is fabricated; No-joint pipe and stripping
of same; Prefabricated manhole installer; Sandblaster
(nozzle person), water blasting, Porta Shot-Blast
GROUP 5: Blaster powder, all work of loading holes, placing
and blasting of all powder and explosives of whatever type,
regardless of method used for such loading and placing;
Driller: All power drills, excluding jackhammer, whether
core, diamond, wagon, track, multiple unit, and any and all
other types of mechanical drills without regard to the form
of motive power; Toxic waste removal
TUNNEL LABORER CLASSIFICATIONS
GROUP 1: Batch plant laborer; Changehouse person; Dump
person; Dump person (outside); Swamper (brake person and
switch person on tunnel work); Tunnel materials handling
person; Nipper; Pot tender, using mastic or other materials
(for example, but not by way of limitation, shotcrete, etc.)
GROUP 2: Chucktender, cabletender; Loading and unloading
agitator cars;; Vibrator person, jack hammer, pneumatic
tools (except driller); Bull gang mucker, track person;
Concrete crew, including rodder and spreader
GROUP 3: Blaster, driller, powder person; Chemical grout jet
person; Cherry picker person; Grout gun person; Grout mixer
person; Grout pump person; Jackleg miner; Jumbo person;
Kemper and other pneumatic concrete placer operator; Miner,
tunnel (hand or machine); Nozzle person; Operating of
troweling and/or grouting machines; Powder person (primer
house); Primer person; Sandblaster; Shotcrete person; Steel
form raiser and setter; Timber person, retimber person,
wood or steel; Tunnel Concrete finisher
GROUP 4: Diamond driller; Sandblaster; Shaft and raise work
----------------------------------------------------------------
LABO0300-005 08/01/2022
Rates Fringes
Asbestos Removal Laborer.........$ 39.23 23.28
SCOPE OF WORK: Includes site mobilization, initial site
cleanup, site preparation, removal of asbestos-containing
material and toxic waste, encapsulation, enclosure and
disposal of asbestos- containing materials and toxic waste
by hand or with equipment or machinery; scaffolding,
fabrication of temporary wooden barriers and assembly of
decontamination stations.
----------------------------------------------------------------
LABO0345-001 07/01/2022
Rates Fringes
LABORER (GUNITE)
GROUP 1.....................$ 48.50 21.37
GROUP 2.....................$ 47.55 21.37
GROUP 3.....................$ 44.01 21.37
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
----------------------------------------------------------------
LABO1184-001 07/01/2022
Rates Fringes
Laborers: (HORIZONTAL
DIRECTIONAL DRILLING)
(1) Drilling Crew Laborer...$ 40.69 18.25
(2) Vehicle Operator/Hauler.$ 40.86 18.25
(3) Horizontal Directional
Drill Operator..............$ 42.71 18.25
(4) Electronic Tracking
Locator.....................$ 44.71 18.25
Laborers: (STRIPING/SLURRY
SEAL)
GROUP 1.....................$ 41.90 21.32
GROUP 2.....................$ 43.20 21.32
GROUP 3.....................$ 45.21 21.32
GROUP 4.....................$ 46.95 21.32
LABORERS - STRIPING CLASSIFICATIONS
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 Fringes
LABORER
PLASTER CLEAN-UP LABORER....$ 38.92 23.32
PLASTER TENDER..............$ 41.47 23.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0036-001 07/01/2023
Rates Fringes
Painters: (Including Lead
Abatement)
(1) Repaint (excludes San
Diego County)...............$ 29.59 17.12
(2) All Other Work..........$ 38.52 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
Rates Fringes
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,
East to Hwy. #395...........$ 43.75 25.07
Remainder of Los Angeles
County......................$ 47.88 25.07
----------------------------------------------------------------
PAIN0036-015 01/01/2020
Rates Fringes
GLAZIER..........................$ 43.45 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
----------------------------------------------------------------
PLAS0500-002 07/01/2020
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 38.50 25.91
----------------------------------------------------------------
PLUM0016-001 09/01/2023
Rates Fringes
PLUMBER/PIPEFITTER
Work ONLY on new additions
and remodeling of bars,
restaurant, stores and
commercial buildings not
to exceed 5,000 sq. ft. of
floor space.................$ 53.51 25.28
Work ONLY on strip malls,
light commercial, tenant
improvement and remodel
work........................$ 42.49 23.86
All other work except work
on new additions and
remodeling of bars,
restaurant, stores and
commercial buildings not
to exceed 5,000 sq. ft. of
floor space and work on
strip malls, light
commercial, tenant
improvement and remodel
work........................$ 57.18 26.51
----------------------------------------------------------------
PLUM0345-001 09/01/2023
Rates Fringes
PLUMBER
Landscape/Irrigation Fitter.$ 40.20 25.90
Sewer & Storm Drain Work....$ 44.29 23.28
----------------------------------------------------------------
ROOF0036-002 08/13/2023
Rates Fringes
ROOFER...........................$ 46.02 20.05
FOOTNOTE: Pitch premium: Work on which employees are exposed
to pitch fumes or required to handle pitch, pitch base or
pitch impregnated products, or any material containing coal
tar pitch, the entire roofing crew shall receive $1.75 per
hour ""pitch premium"" pay.
----------------------------------------------------------------
SFCA0669-013 01/01/2024
DOES NOT INCLUDE THE CITY OF POMONA, CATALINA ISLAND, AND THAT
PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS
OF LOS ANGELES:
Rates Fringes
SPRINKLER FITTER.................$ 45.31 27.91
----------------------------------------------------------------
SFCA0709-005 09/01/2023
THE CITY OF POMOMA, CATALINA ISLAND, AND THAT PART OF LOS
ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS
ANGELES:
Rates Fringes
SPRINKLER FITTER (Fire)..........$ 54.29 32.00
----------------------------------------------------------------
SHEE0105-002 07/01/2023
LOS ANGELES (South of a straight line between Gorman and Big
Pines including Catalina Island)
Rates Fringes
SHEET METAL WORKER
(1) Light Commercial: Work
on general sheet metal and
heating and AC up to 4000
sq ft.......................$ 33.10 10.56
(2) Modernization :
Excluding New Construction
- Under 5000 sq. ft. Does
not include modification,
upgrades, energy
management, or
conservation improvements
of central heating and AC
equpment....................$ 33.10 10.56
----------------------------------------------------------------
SHEE0105-003 01/01/2024
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
Rates Fringes
SHEET METAL WORKER
(1) Commercial - New
Construction and Remodel
work........................$ 56.95 30.04
(2) Industrial work
including air pollution
control systems, noise
abatement, hand rails,
guard rails, excluding
aritechtural sheet metal
work, excluding A-C,
heating, ventilating
systems for human comfort...$ 56.95 30.04
----------------------------------------------------------------
SHEE0105-004 07/01/2023
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 of
vehicles - 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 (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, 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
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
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 requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION"