HomeMy WebLinkAboutSPECIAL PROVISIONS_2000403_2SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
Specification No. 2000403
July 2025
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
September 2025
07/22/20259/18/2025
September 18th, 2025
TABLE OF CONTENTS
NOTICE TO BIDDERS......................................................................................................I
BID SUBMISSION......................................................................................................................................I
BID DOCUMENTS....................................................................................................................................II
PROJECT INFORMATION.......................................................................................................................II
QUALIFICATIONS...................................................................................................................................IV
AWARD ....................................................................................................................................................V
ACCOMMODATION................................................................................................................................VI
BID FORMS .....................................................................................................................A
BID ITEM LIST FOR BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE, SPECIFICATION
NO. 2000403 ............................................................................................................................................A
LIST OF SUBCONTRACTORS................................................................................................................C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ..............................................................D
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .........................................................D
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................D
LABOR CODE SECTION 1725.5 STATEMENTS....................................................................................D
NON-COLLUSION DECLARATION .........................................................................................................F
BIDDER ACKNOWLEDGEMENTS..........................................................................................................G
QUALIFICATIONS....................................................................................................................................H
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR MANUFACTURED
PRODUCTS...............................................................................................................................................I
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING STOCK AND
ASSOCIATED EQUIPMENT....................................................................................................................I
CONSTRUCTION CONTRACT DBE COMMITMENT.............................................................................M
DBE GOOD FAITH EFFORT VERIFICATION.........................................................................................N
ATTACH BIDDER’S BOND TO ACCOMPANY BID.................................................................................P
SPECIAL PROVISIONS...................................................................................................1
DIVISION I GENERAL PROVISIONS.......................................................................................................1
1 GENERAL ..........................................................................................................................................1
2 BIDDING.............................................................................................................................................1
4 SCOPE OF WORK.............................................................................................................................2
5 CONTROL OF WORK........................................................................................................................2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC.......................................................2
9 PAYMENT..........................................................................................................................................2
DIVISION II GENERAL CONSTRUCTION...............................................................................................3
10 GENERAL ........................................................................................................................................3
DIVISION VIII MISCELLANEOUS CONSTRUCTION ..............................................................................3
80 FENCES...........................................................................................................................................3
DIVISION IX TRAFFIC CONTROL DEVICES ..........................................................................................3
84 MARKINGS ......................................................................................................................................3
DIVISION X ELECTRICAL WORK............................................................................................................3
DIVISION XIII APPENDICES....................................................................................................................4
APPENDIX A – FORM OF AGREEMENT........................................................................0
APPENDIX B – TECHNICAL SPECIFICATIONS.............................................................3
APPENDIX C – REQUIRED FEDERAL CLAUSES..........................................................4
APPENDIX D – DAVIS-BACON WAGE DETERMINATION ............................................5
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works
Administration Office located at 919 Palm Street, San Luis Obispo, California 93401, until
11:00 a.m. on October 16, 2025
at which time they will be publicly opened and read aloud. Public bid opening may be
viewed via Microsoft Teams video conference and conference call. In person attendance
will be permitted. Use the following link:
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_NjgwODgwNGMtYjIyYS00M2NmLTgwMzAtZDYyNjI5MTM2ZjIw%40thread.
v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9-
330dcb148164%22%2c%22Oid%22%3a%2255684c81-fa0a-443f-b6a5-1f55eacc1141%22%7d
or join by phone with this number: 1(209) 645-4165 with Conference ID: 822 042 507#
Submit bid in a sealed envelope plainly marked:
Battery Electric Bus Charging Infrastructure, Specification No. 2000403
Any bid received after the time and date specified will not be considered and will be
returned to the bidder unopened. Bids received by Fax or Email will not be considered.
By submission of bid you agree to comply with all instruction and requirements in this
notice and the contract documents.
All bids must be submitted on the Bid Item List form(s) provided and submitted with all
other Bid Forms included in these Special Provisions.
Each bid must be accompanied by either a:
1. certified check
2. cashier’s check
3. bidder’s bond
made payable to the City of San Luis Obispo for an amount equal to ten percent of the
bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the
bidder, to whom the contract is awarded, fails to enter into the contract.
The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive
any informality in a bid.
All bids are to be compared based on the City Engineer’s estimate of the quantities of
work to be done, as shown on the Bid Item List.
270 142 496#
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
Bids will only be accepted from bidders that are licensed in compliance with the provisions
of Chapter 9, Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the
contract is awarded, the contract will be awarded within 60 calendar days after the
opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above or at the office of the City
Engineer.
Contact the project manager, Emma Laplante at (805) 781-7199 or the Public Works
Department at (805) 781-7200 prior to bid opening to verify the number of addenda
issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project consists of installing electric vehicle infrastructure at the Transit
Facility.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The project estimated construction cost and contract time established for the project is as
follows:
BASE BID: $222,000 20 Working Days
ADDITIVE ALTERNATIVE: $43,550 2 Working Days
TOTAL PROJECT BID (BASE BID + ADD ALT): $265,550
The fixed liquidated damages amount is established at $500 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
There will be an optional walkthrough on October 9th, 2025, at the Transit Facility
(29 Prado Road, San Luis Obispo, CA 93405) at 2 PM. Meet in the front parking lot
and then proceed to the site.
Bidders are herby notified that this contract is subject to the Required Federal
Clauses listed in Appendix C.
This contract is subject to the Davis-Bacon Federal minimum wage rates and State
prevailing wage rates.
In addition to the State prevailing wage rates, the Federal minimum wages for this
project, as predetermined by the United States Secretary of Labor, are incorporated
in this document in Appendix D.
If there is a difference between the Federal Minimum Wages and the General
Prevailing Wage Determinations, as predetermined by the Secretary of Labor and
by the Director of the California Department of Industrial Relations for similar
classifications of labor, the Contractor and subcontractors must pay the higher
wage rate.
The Department will not accept lower State wage rates not specifically included in
the Federal minimum wage determinations. This includes “helper”, other
classifications based on hours of experience, or any other classifications not
appearing in the Federal wage determinations. Where Federal wage determinations
do not contain the State wage rate determination, the Contractor and subcontractor
2nd
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
cannot pay less than the Federal minimum wage rate which most closely
approximates the duties of employees in question.
A Contractor’s Guide to Prevailing Wage Requirements for Federally-Assisted
Construction may be obtained from the U.S. Department of Housing and Urban
Development website:
https://files.hudexchange.info/resources/documents/Davis-Bacon-and-Labor-
Standards-Contractor-Guide-Addendum.pdf
QUALIFICATIONS
You must possess a valid Class A Contractor’s License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered
with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor
Code.
You must have experience constructing projects similar to the work specified for this
project. Provide three similar reference projects completed as either the prime or
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
One of the referenced projects must be for the construction of reinforced concrete.
Two of the referenced projects must be for the installation of electric vehicle
charging infrastructure.
Failure to provide reference projects as specified in this section and as required on the
qualification form is cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails
to provide a bid that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of
the bidder if the Director of Public Works or Designee finds, after providing notice and a
hearing to the bidder, that the bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined by the BASE BID.
As a condition to executing a contract with the City, two bonds each equal to one hundred
percent of the total contract price are required in compliance with Section 3-1.05 of the
Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
vi
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Allie
Genard at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-
7107. Requests should be made as early as possible in the bidding process to allow time
for accommodation.
BID FORMS
A
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid
forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE,
SPECIFICATION NO. 2000403
BASE BID
Item Item Unit of Estimated Item Price Total
No.SS(1)Description Measure Quantity (in figures)(in figures)
1 17 Clearing and Grubbing LS 1 ------
2 15 Remove Chain Link Fence LF 20
3 41 Concrete Removal SQFT 402
4 26 Class II Aggregate Base CY 11
5 80 Chain Link Fence LF 53
*6 77 Pothole Existing Utilities EA 4
7 51 Power Block Concrete Pad LS 1 ------
8 86 Power Block Mounting Plates EA 6
9 86 Set Power Block EA 2
10 15 Modify Charging Station
Concrete Pad and Set Charger EA 4
11 86 Pull Boxes EA 3
(S)12 86 Conduit, Bends, and Material LS 1 ------
(S)13 86 Conductors LS 1 ------
(S)14 77 Circuit Breakers LS 1 ------
15 12 Bollards EA 4
16 40 Concrete Pavement SQFT 402
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No.SS(1)Description Measure Quantity (in figures)(in figures)
17 84 Striping - Thermoplastic LS 1 ------
Base Bid Total $
18 15 Concrete Removal SQFT 200
19 26 Class II Aggregate Base SQFT 200
20 86 Set Power Block EA 1
21 15 Modify Charging Station
Concrete Pad and Set Charger EA 2
22 86 Pull Boxes EA 1
(S)23 86 Conduit, Bends, and Material LS 1 ------
(S)24 86 Conductors LS 1 ------
25 40 Concrete Pavement SQFT 200
26 84 Striping - Thermoplastic LS 1 ------
Alternate Bid Total $
Total Project Bid = (Base Bid + Alternative Bid)$
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
(S) Specialty item per Section 5-1.13A SUBCONTRACTING, General of the Standard Specification.
BID FORMS
BID FORMS
C
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than ½ percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
BID FORMS
D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not
____ been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term “bidder” is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after “has” or “has not” in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
BID FORMS
BID FORMS
E
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
BID FORMS
BID FORMS
F
NON-COLLUSION DECLARATION
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
BID FORMS
BID FORMS
G
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration
Date .
The above statement is made under penalty of perjury, and any bid not containing this information “will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
BID FORMS
BID FORMS
H
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
and did this project include the
construction of reinforced concrete?
Yes □ No □
Was this contract for a public agency?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
and did this project include the
installation of electric vehicle charging
infrastructure?
Yes □ No □
Was this contract for a public agency?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
and did this project include the
installation of electric vehicle charging
infrastructure?
Yes □ No □
Was this contract for a public agency?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
BID FORMS
BID FORMS
I
Buy America Federal Clause
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR
MANUFACTURED PRODUCTS.
Certificate of Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C.
5323(j)(1) and the applicable regulations in 49 CFR Part 661.5.
Date
Signature
Company Name
Title
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 5323(j)(1) and 49 CFR 661.5, but it may qualify for an exception pursuant to 49
U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER
ROLLING STOCK AND ASSOCIATED EQUIPMENT.
Certificate of Compliance with 49 U.S.C. 5323(j)(2)I.
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
5323(j)(2)I and the regulations at 49 C.F.R. Part 661.11.
Date
Signature
Company Name
Title
BID FORMS
BID FORMS
J
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)I
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 5323(j)(2)I and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49
U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7.
Date
Signature
Company Name
Title
BID FORMS
BID FORMS
K
Byrd Anti-lobbying Amendment Federal Clause
APPENDIX A, 49 CFR PART 20–CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
b) If any funds other than Federal appropriated funds have been paid or will be paid to
any person for making lobbying contacts to 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 this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form–LLL, “Disclosure
Form to Report Lobbying,” in accordance with its instructions [as amended by
“Government wide Guidance for New Restrictions on Lobbying,” 61 Fed. Reg. 1413
(1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with
Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C.
1601, et seq.)]
c) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
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 this transaction imposed by 31, U.S.C. § 1352 (as amended
by the Lobbying Disclosure Act of 1995). 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.
Note: Pursuant to 31 U.S.C. § 1352I(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such expenditure or failure.
BID FORMS
BID FORMS
L
The Contractor, , certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the
Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply
to this certification and disclosure, if any.
Signature of Contractor’s Authorized Official
Name and Title of Contractor’s Authorized Official
Date
BID FORMS
BID FORMS
M
21.Local Agency Contract Number:
22.Federal-Aid Project Number:
23.Bid Opening Date:
24.Contract Award Date:
Local Agency certifies that all DBE certifications are valid and information
on this form is complete and accurate.
25. Local Agency Representative's Signature 26.
Date
16. Preparer's Signature 17.
Date
27. Local Agency Representative's Name 28. Phone 18. Preparer's Name 19. Phone
29. Local Agency Representative's Title 20. Preparer's Title
IMPORTANT: Identify all DBE firms being claimed for credit,
regardless of tier. Names of the First Tier DBE Subcontractors
and their respective item(s) of work listed above must be
consistent, where applicable with the names and items of the
work in the "Subcontractor List" submitted with your bid.
Written confirmation of each listed DBE is required.
%
$
15. TOTAL CLAIMED DBE PARTICIPATION
Local Agency to Complete this Section
14. DBE
Dollar
Amount
13. DBE Contact Information
(Must be certified on the date bids are opened)
12. DBE
Certification
Number
11. Description of Work, Service, or
Materials Supplied
10. Bid
Item
Number
CONSTRUCTION CONTRACT DBE COMMITMENT
The City of San Luis Obispo (“City”), established a Disadvantaged Business Enterprise (DBE) goal for this
project.
1. Local Agency:_City of San Luis Obispo______ 2. Contract DBE Goal:_______0.5%__________
3. Project Description:_ Battery Electric Bus Charging Infrastructure (Specification 2000403)_
4. Project Location:__ Transit Facility (29 Prado)____________________
Bidder’s Name:______________________ 6. Prime Certified DBE: 7. Bid Amount:_______________
9.Total Dollar Amount for ALL Subcontractors: ___________9. Total Number of ALL Subcontractors: ________
DISTRIBUTION: 1. Original –Agency. 2. Copy – Federal Grant Administrator. Failure to submit to within 30 days of
contract execution may result in de-obligation of federal funds on contract. Include additional copy with award package.
BID FORMS
BID FORMS
N
DBE GOOD FAITH EFFORT VERIFICATION
Construction Project: Battery Electric Bus Charing Infrastructure
Specification No. 2000403
Bidder Name: ________________________________ Bidder Phone Number: __________________
Bidder Address: ________________________________________________________________________
Bid Meets DBE Goal (yes or no) ________ If no, proceed with Good Faith Effort Verification.
The City of San Luis Obispo (“City”), in accordance with 40 CFR part 33, requires Bidders to provide
information pertaining to the use of minority businesses, women’s business enterprises, and labor surplus
area firms (referred to herein as “DBEs”).
Please provide the following information, using additional sheets of paper if necessary, and submit this form
with your bid. Bidder should also submit mail logs, phone logs, electronic searches and communication,
newspaper clippings or similar records documenting efforts to meet the Good Faith Effort requirements.
9.Solicitation Lists/Publications. The names and dates of each publication in which a request for
DBE participation for this Project was placed by the Bidder (please attach copies of advertisements
and/or proofs of publication), or information related to solicitation lists on which DBEs were included:
Publications/Solicitation Lists Dates of Advertisement
2. Soliciting DBEs as Potential Sources. The names and dates of written notices sent to certified DBEs
soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine
with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax
confirmations, etc.):
Name of DBEs Solicited Date of Initial
Solicitation
Follow Up Methods and Dates
BID FORMS
BID FORMS
O
9.Division of Requirements. The items of work which the Bidder made available to DBE firms
including, where appropriate, any breaking down of the contract work items (including those items
normally performed by the Bidder with its own forces) into economically feasible units to facilitate DBE
participation. It is the Bidder’s responsibility to demonstrate that sufficient work to facilitate DBE
participation was made available to DBE firms.
Items of Work Bidder
Normally
Performs
Item?
(Yes/No)
Breakdown of Items Amount ($)Percentage of
Contract (%)
4. Delivery Schedules. Efforts made to establish delivery schedules, where the requirement permits, which
encourage participation by small and minority businesses, and women’s business enterprises:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
5. Contracting with DBE Consortium. Efforts to encourage contracting with a consortium of DBEs when a
contract is too large for one of these firms to handle individually:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
6. Services of Other Agencies. The names of agencies, organizations or groups contacted to provide
assistance in contacting, recruiting and using DBE firms, such as the Small Business Administration and the
Minority Business Development Agency of the Department of Commerce (please attach copies of requests
to agencies and any responses received, i.e., lists, Internet page download, etc.):
Name of Agency/Organization Method/Date of Contact Results
Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
BID FORMS
BID FORMS
P
ATTACH BIDDER’S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder’s signature is not required to be notarized. Surety’s signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of
the Standard Specifications. Each special provision begins with a revision clause that
describes or introduces a revision to the Standard Specifications. Any paragraph added
or deleted by a revision clause does not change the paragraph number of the Standard
Specifications for any other reference to a paragraph of the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 GENERAL:
The work must be done in compliance with the City of San Luis Obispo, Department of
Public Works:
1. Battery Electric Bus Charging Infrastructure Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
In case of conflict between documents, governing ranking must comply with section 5-
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
2 BIDDING
Add to Section 2-12A DISADVANTAGED BUSINESS ENTERPRISES, General with:
The Contractor is directed to the provisions in Appendix C of these contract documents
titled: “REQUIRED FEDERAL CLAUSES”. These provisions apply to all work performed
under this contract. The Contractor is required to physically insert these same
provisions into each subcontract and subsequent lower-tier subcontract. They may not
be incorporated by reference. Failure to comply with this requirement represents
grounds for contract termination and debarment.
Bidders are advised that, as required by Federal law, the City of San Luis Obispo has
implemented a Disadvantaged Business Enterprise (DBE) goal. Refer to Appendix C for
Federal Requirements. The DBE contract goal for this project has been set at 0.5%.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 3, 5, 7, 12, 13, 15, 26, 39, 40, 41, 51, 70, 72, 77,
80, 84, 86, and 96 for general, material, construction, and payment specifics.
5 CONTROL OF WORK
Add to Section 5-1.01 GENERAL:
Contractor to maintain access to bus maintenance building, bus probe/scanner, bus
wash, and area to allow busses to maneuver around the maintenance building for the
duration of the project except when concrete rehabilitation is in direct conflict with the
area. Provide the Engineer and Transit Division five (5) days notice prior to blocking
access to bus maintenance shop, bus wash, or bus probe. The city will temporarily
relocate buses during the construction of the project
The city will provide all ChargePoint equipment to be installed by the contractor.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Provide traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit.
Permittee is responsible to comply with all conditions of the traffic control plan. Complete
work using due diligence to restore free flowing of traffic.
9 PAYMENT
Add to Section 9-1.01 GENERAL:
Work as specified in these specifications and as shown on the Plans for which no
separate payment is provided for in the Bid Item List will be considered a subsidiary
obligation of the Contractor and the cost thereof shall be included in the applicable
Contract prices for the item to which the work applies.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
DIVISION II GENERAL CONSTRUCTION
10 GENERAL
Add Section 10-1.02A, General Constraints on Sequence and Schedule of Work:
The Battery Electrical Bus Charging Infrastructure site in the City of San Luis Obispo
(City) is a critical facility for the ongoing operations of the City’s transit operations
program.
Conduct work in a manner that will not impair the operational capabilities of essential
elements of the site.
Utilize description of critical events in work sequence in this Section as a guideline for
scheduling and undertaking the Work.
Work sequence and constraints presented do not include all items affecting completion
of the Work but are intended to describe critical events necessary to minimize disruption
of the existing facilities and to ensure no interruption of service operations of City’s safety
response teams.
Add Section 10-1.02F, Shutdown and Construction Constraints:
Execute the Work while the existing facility is in operation.
Add Section 10-1.02G, Operations and Maintenance Access:
Provide safe, continuous access to bus maintenance facilities for City personnel.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
80 FENCES
Add to Section 80-3.01A, Summary:
Chain link fence shall be galvanized type CL-6, BW and comply with Caltrans Standard
Plans including A85, A85A, and A85B.
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
Add to Section 84-2.03C Application of Stripes and Markings:
Preformed thermoplastic is only allowed with the approval of the Engineer.
DIVISION X ELECTRICAL WORK
86 ELECTICAL
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
Add Section 86-1.01, GENERAL:
For construction specifications of electrical items, the Electrical Plans shall take precedent
over the State Standard Specifications. Refer to Electrical Sheets of the Plan Set and to
Technical Specifications included in Appendix B.
DIVISION XIII APPENDICES
Add Section 100-1.01 APPENDICES:
Appendix A - Form of Agreement
Appendix B – Technical Specifications
Appendix C – Required Federal Clauses
Appendix D – Davis-Bacon Wage Determination
APPENDIX
APPENDIX
0
APPENDIX A – FORM OF AGREEMENT
THIS AGREEMENT, made on _____________, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
APPENDIX
APPENDIX
1
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10.Labor Code Section 1725.5 Statements
11.Bidder Acknowledgements
12.Qualifications
13.Non-collusion Declaration
14.Agreement and Bonds
15.Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. 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
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether 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 the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the 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
APPENDIX
APPENDIX
2
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
ARTICLE VI. Contractor is subject to compliance with all Required Federal Clauses per
Exhibit A.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Whitney McDonald, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
(2nd signature required if Corporation):
By:________________________________
Name of Corporate Officer
Its: ____________________
APPENDIX APPENDIX 3 APPENDIX B – TECHNICAL SPECIFICATIONS
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
COMMON WORK RESULTS FOR ELECTRICAL 26 0500 - 1
Section 26 0500 - Common Work Results For Electrical
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Basic electrical materials and methods.
B. Furnish labor, materials, equipment, components, and necessary services to
support the electrical work show on the drawings and specified herein in this
specification.
1. Principal features of this installation include:
a. Selective Demolition of existing electrical systems.
b. Raceways, boxes, gutters, enclosures, power wire, cable, and
conductors.
c. Circuit breakers.
d. Grounding
e. Underground system installation.
f. Connection of equipment.
g. Electrical Acceptance.
1.2 RELATED SECTIONS
A. Related Sections Under Other Divisions:
1. The drawings and general provisions, including supplementary conditions,
of this contract apply to this section.
2. Grading, patching, and repairing of existing surfaces, including but not
limited to: asphalt, concrete, and vegetation, as required by the Civil
Engineer.
3. Painting of exposed electrical equipment/raceways as required by the
Owner
4. Concrete work including but not limited to: equipment pads as required
by the Civil Engineer.
1.3 SYSTEM DESCRIPTION
A. Furnish, install, and test materials and equipment in accordance with the
drawings and this specification in order to provide a complete, working
installation.
B. Notify the Civil Engineer of discrepancies within the drawings, this specification,
and/or actual field conditions.
C. Install equipment at locations indicated on the drawings as closely as field
conditions permit. Obtain acceptance of equipment dimensions prior to
installation through submittal review. California Electrical Code (CEC) minimum
working clearances shall be maintained.
D. Electrical drawings are diagrammatic in nature and do not reflect minor
variations in equipment alignment/installation that may be necessary. Review
existing field conditions and make proper adjustments as required to avoid
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
COMMON WORK RESULTS FOR ELECTRICAL 26 0500 - 2
conflict with other trades or portions of work, satisfy the design requirements,
and meet code minimums. Obtain acceptance of adjustments from the Civil
Engineer.
E. Comply with all manufacturer requirements and installation guidelines as per
Charge Point.
F. Permits shall be obtained for electrical work. Arrange inspections with the
authority having jurisdiction and obtain acceptance.
G. Two copies of an Operating and Installation Manual shall be provided to the
owner prior to final acceptance. Manuals shall reflect the installed system and
include the following:
1. Submittal documentation reflecting installed materials, equipment, and
systems.
2. Certificate of product and installation warranties
1.4 REQUIREMENTS
A. PERFORMANCE
1. Final equipment feeder or branch circuit connections shall be
coordinated with manufacturer nameplate data and specifications.
B. SUBMITTALS AND SHOP DRAWINGS
1. Shop drawings and product data (including manufacturer specification
sheets) shall be submitted demonstrating compliance with the
construction documents. Obtain approval from the Engineer prior to
procurement.
a. Electronic submittal packages will be accepted.
b. Submittals shall be complete. Partial submittals will not be
accepted.
c. Identification shall be made on submittal documentation indicating
compliance with contract documents and intended use.
Highlighted text, notation, etc. are acceptable.
d. The Engineer will review two rounds of product submittals. Should
subsequent review be required beyond this to obtain acceptance,
the contractor shall be responsible to compensate the engineering
for time spent a at the engineer’s standard hourly billing rate.
e. Equipment, materials, and components identified in the
construction documents with specific manufacturer product
numbers limit their use only as to the design, workmanship, and
quality, not manufacturer unless otherwise noted specifically.
Alternate products will be reviewed and evaluated during the
submittal review process, pursuant to conformance with the
contract documents. The project team reserves the right to request
product samples for evaluation at no cost. The final decision will be
made by the Owner. In the event that an alternate product is
accepted, the following will be required:
1. Coordination with other trades. Costs incurred as a result of
the substitution will be the responsibility of the Contractor.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
COMMON WORK RESULTS FOR ELECTRICAL 26 0500 - 3
2. Dimensions shall be field verified to ensure product will fit and
maintain code required working clearances.
3. Approval of a substituted product does not alleviate the
contractor from providing a complete, working installation
compliant with the contract documents, design intent,
applicable codes, standards, and local ordinances.
2. Submittals shall include the following:
a. Manufacturer equipment specifications, including but not limited to
the following: circuit breakers.
1. Grounding.
2. Conduit raceway, innerduct, fittings, and straps.
3. Ducts and trench racks.
4. Methods for conductor separation and barriers.
5. Conductors and terminations.
6. Junction boxes, pull boxes, gutters, and vaults.
7. Finish samples and color charts.
3. Coordination with other trades to the fullest of ability is required to result in
a complete, functioning, and professional installation.
4. The construction documents are based on the most accurate information
available when prepared. Minor adjustments are frequently made due to
changes with respect to architectural plans, construction, and equipment
furnished by others. This shall be recognized when bidding and during
construction. No change in contract price will be allowed for alternate
work which requires approximately the same work to adjust/relocate as a
result of construction coordination work. Adequate contingency in the bid
price shall allow for such coordination and adjustments.
5. Record drawings shall be provided to the owner prior to final acceptance.
Record drawings shall be maintained throughout construction and reflect
and illustrate job changes as they occur. Record drawings shall:
a. Be submitted to the owner as a set of reproducible drawings. Hand
drafted notation is acceptable, provided it is legible and clear
unless otherwise noted per Architectural specifications.
b. Identify locations of concealed and underground conduit 1” size
and larger scaled within 12” of actual field conditions.
c. Identify the location of vaults and boxes.
C. QUALITY ASSURANCE
1. Manufacturers shall be regularly engaged in the manufacture of electrical
construction products of types required for this project, whose products
have been of satisfactory use in similar service for not less than five years.
2. Installers shall have experience in the installation of products required for
this project. Installers shall be experienced with proper installation
techniques and manufacturer recommendations. In the acceptance or
rejection of the finished installation, no allowance will be made for the lack
of skill on behalf of the personnel.
3. Installers shall be qualified by the State of California and provide
documentation to the owner of the following:
a. Valid Contractors License.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
COMMON WORK RESULTS FOR ELECTRICAL 26 0500 - 4
b. Valid Business License.
c. Individuals employed as electricians on the project shall have a valid
journeyman electrician pocket card or California State Division of
Apprenticeship Standards General Journeyman Electrician
Certificate.
4. Electrical work shall be performed in accordance of the latest published
requirements of the following codes and standards:
a. American National Standards Institute (ANSI)
b. American Society for Testing Materials (ASTM)
c. Institute of Electrical and Electronic Engineers (IEEE)
d. National Electrical Contractors Association (NECA)
e. National Electrical Safety Code (NESC)
f. National Electrical Manufacturers Association (NEMA)
g. California Building Code (CBC)
h. National Electrical Code (NEC) with California State Adoptions and
Amendments.
i. National Fire Prevention Association (NFPA).
j. California Code of Regulations, Title 8, Section 290.1 (CAL OSHA).
5. Materials and equipment shall be listed by an independent testing
laboratory for the class of service intended (Underwriters Laboratories or
equivalent).
6. Prior to final acceptance, the electrical system shall be tested and
determined to be free from grounds and short circuits.
D. DELIVERY, STORAGE AND HANDLING
1. Provide for delivery, uploading, transportation and storage of equipment
until installation and final acceptance by the owner.
2. Equipment and materials shall be stored in an environment consistent with
what the equipment is listed for. Pay special attention and mediate
environmental conditions such as, but not limited to: temperature,
moisture, water, dust, dirt, etc. Assume liability of storage facilities and
equipment and materials stored therein.
3. Electrical equipment shall be free of damage upon installation. Equipment
damaged in transport or while in storage on or off the job site will be
rejected and shall be replaced free of charge to the owner.
a. The Engineer and Owner retain the right of continuous access and
inspection of stored materials and equipment.
b. Once installed, equipment shall be protected from, but not limited
to: construction activities, dirt, debris, temperature, moisture, etc.
until project completion and final acceptance by the owner.
1.5 Guarantees
A. Damaged equipment shall be repaired or replaced as necessary at no cost to
the owner prior to final acceptance.
B. Guarantees shall be submitted to the owner, in writing, prior to final
acceptance.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
COMMON WORK RESULTS FOR ELECTRICAL 26 0500 - 5
C. The installation, including labor, shall be warranted free of defects for a
minimum of one year from date of owner final acceptance. Any defect
related to the contractor’s work, during the warrantee period, shall be
corrected at the contractor’s expense.
D. Equipment shall be warranted free of defects for a minimum of one year or as
stated in this specification, whichever is a longer duration.
Part 2 – PRODUCTS
1.1 Materials
A. Materials, components, and accessories shall be new unless otherwise noted in
this specification.
B. Manufacturer discontinued product shall not be acceptable. Materials,
equipment, and parts comprising any unit or part thereof, shall be new and
unused unless otherwise noted in this specification. Damaged materials,
equipment, and parts are not considered to be new and will be rejected per
this specification.
Part 3 - Execution
3.1 Installation
A. Work shall be performed by a skilled worker in a manner reflecting best,
modern, construction practices and shall be consistent with acceptable
means and methods of the trade and code requirements.
B. Upon completion, work shall have a neat, orderly, and finished appearance.
Evidence of debris associated with the work shall be removed from the premise
and disposed of legally and appropriately.
C. Clean equipment, both inside and out, upon final installation. If required,
retouch equipment finishes in accordance with manufacturer instructions.
D. Maintain a safe working environment, including but not limited to:
a. Conform to all OSHA workplace requirements.
b. Equipment dead front covers shall be in place while equipment is
energized.
c. Barriers, trench plates, flags, tape, etc. shall be used to keep persons
away from unsafe conditions.
d. Conform with owner imposed safety requirements and site standards.
E. Coordinate raceway systems, equipment, and materials with other trades and
building construction, in order to:
a. Avoid unnecessary project delays and conflicts.
b. Coordinate sequence of work installed with other trades. Every effort shall
be made to avoid unnecessary modification to work that has already
been performed by other trades during the progress of construction to
allow for electrical installations.
F. Install electrical equipment to facilitate future servicing, maintenance, repair,
and replacement (either complete assembly or individual components). As
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
COMMON WORK RESULTS FOR ELECTRICAL 26 0500 - 6
much as practical, connect equipment for ease of disconnecting at a later
date, with minimal interference with other installations.
G. Equipment Support and Installation
a. Electrical equipment shall be anchored to foundations, concrete
housekeeping pads, concrete bases where appropriate by bolts and
anchor bolts with studs.
b. After installation and before energizing electrical equipment, torque each
bolted bus and cable connection in accordance to manufacturer
recommendations. Calibrated torque wrenches shall be used.
c. Screw type conductor fasteners and other permanent (i.e. epoxy
conductor adhesive) shall be used in junction boxes, pull boxes, terminal
cabinets, panels, switchboards, switchgear, or other types of enclosures
containing electrical devices and/or conductors. Glue-on type conductor
fasteners shall not be allowed.
d. Support channels shall be installed as required for the support of
raceways, cable trays, devices, enclosures, and other electrical
equipment.
e. Iron and steel supports shall be separated from aluminum with a minimum
¼” neoprene or other non-metallic gasket.
f. When working with galvanized steel product (i.e. channel, conduit,
equipment), paint any field cuts and or scratches with a cold galvanizing
spray paint. Ensure manufacturer requirements are met.
g. Seismic bracing shall be provided as required per the Uniform Building
Code.
h. Electrical equipment and materials shall be securely supported and
mounted independently from building structure to ensure sagging or
swaying. Other trade work (for example, mechanical ducting) shall not be
used as a support means for electrical.
END OF SECTION 26 0500
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
SELECTIVE ELECTRICAL DEMOLITION 26 05 01 - 1
SECTION 26 05 01 – SELECTIVE ELECTRICAL DEMOLITION
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Basic, selective, electrical demolition.
B. Electrical plans identifying the scope of demolition have been prepared
pursuant to limited, visual, field observation and facility as-builts/record
drawings.
C. Principal features of electrical demolition include, but are not limited to,
the following:
a. Demolition of concealed conduit, abandoned in place, with
conductors removed.
1.2 RELATED SECTIONS
A. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
B. Related Sections Under Other Divisions:
1. The General provisions, including supplementary conditions, of this
contract apply to this section.
2. Grading, patching, and repairing of existing surfaces damaged
pursuant to the scope of demolition, including but not limited to:
walls, floors, ceilings, asphalt, concrete, and vegetation, as
required by the Civil Engineer.
1.3 REQUIREMENTS
A. Electrical demolition work shall be performed in accordance of the
latest published requirements of the following codes and standards:
1. National Fire Prevention Association Standard for Electrical Safety
Requirements for Employee Workplaces (NFPA 70E).
2. California Code of Regulations, Title 8, Section 290.1 (CAL OSHA).
PART 2 – PRODUCTS
2.1 MATERIALS
A. Furnish labor, materials, equipment, components, and necessary services
to support the electrical work show on the drawings and specified
herein.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
SELECTIVE ELECTRICAL DEMOLITION 26 05 01 - 2
PART 3 – EXECUTION
3.1 CONDITIONS
A. Visit the site prior to bidding and observe the extent of demolition
necessary pursuant to the contract documents. Should discrepancies be
discovered between field conditions and the construction documents,
notify the Civil Engineer of record prior to bidding for instruction and/or
clarification. Allow for proper contingency when bidding in order to
account for minor variances as stated in Section 26 05 00 COMMON
WORK RESULTS FOR ELECTRICAL.
3.2 PREPARATION
A. Contact the serving utility companies to coordinate service outage(s) as
necessary. Parties affected by scheduled outages shall be notified in
writing a minimum of 72 hours in advance.
B. De-energize electrical distribution equipment, appliances, conductors,
and circuit components prior to removal. Ensure equipment is electrically
safe prior to beginning work by disconnecting equipment from its
energized source and testing for the absence of voltage and grounding
as applicable. Ensure electrical conductors scheduled for removal serve
only abandoned equipment and devices.
C. When work on energized equipment is required, perform work in
accordance with applicable codes and standards. Proper personnel
protective equipment (“PPE”) and Flame Resistant (“FR”) clothing shall be
worn as required corresponding to the NFPA 70E Hazard Risk appropriate
for working conditions. Use barricades and signage to prevent persons on
the job site, not qualified or protected with proper PPE/FR clothing, from
entering an area where work is being performed on energized
equipment.
D. Provide temporary power, wiring, and connections as required to
maintain power to existing loads scheduled to remain operable during
construction. Temporary power to such loads shall be removed upon
installation of permanent power. Coordinate power outages during cut
over with owner 72 hours prior. Temporary power connection(s) may be
subject to additional review and inspection by the authority having
jurisdiction.
E. Flexible power cords may be used for temporary power provided they
meet the following criteria:
1. Are rated not less than the capacity of the device(s) supplied by the
cord.
2. Are free of insulation cracks, splices, damaged conductors, and
damaged plug/receptacle.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
SELECTIVE ELECTRICAL DEMOLITION 26 05 01 - 3
3. Inspected by the user once every 90 days.
4. Protected from damage and do not pose a trip hazard while in use
on the job site.
3.3 DEMOLITION
A. The removal of electrical infrastructure shall be done with care such to
minimize damage of the existing structure or require excessive repair.
B. Field locate, disconnect, and remove existing electrical systems
scheduled for removal. Equipment connections shall be removed to
source of supply.
C. Field locate, intercept, and relocate existing electrical systems to
accommodate new construction. When electrical conduit and
conductors are required to be intercepted and extended, do so with
compatible materials and methods consistent with the existing installation,
unless specified otherwise in the construction documents.
D. Abandoned wiring shall be removed and de-terminated from source of
supply. Wiring that has been removed shall not be re-installed or re-used
onsite.
E. Abandoned conduit shall be removed where exposed and in accessible
locations. It shall be acceptable to abandon conduit in place provided
conductors are removed, conduit ends are cut flush and sealed in a
manner that will prevent moisture penetration. Where conduit has been
cut flush with adjacent surfaces, patch and repair surfaces in a manor
acceptable to the Civil Engineer .
F. The existing electrical installation not scheduled for demolition shall remain
accessible.
3.4 COMPLETION
A. Existing and new materials and equipment installed shall be clean and
free of dirt and debris prior to final owner acceptance.
B. Existing materials and equipment scheduled to remain shall be free of
damage. Make repair where necessary. Ensure electrical connections are
tight, replace damaged or missing device cover plates, etc.
C. Where new branch circuits and feeders are extended from existing load-
centers, panelboards, service, and/or distribution panels update the
circuit breaker directory. The circuit breaker directory shall be typewritten,
identify circuit number and load served, and be installed on the inner
face of the panel cover door in a plastic sleeve.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
SELECTIVE ELECTRICAL DEMOLITION 26 05 01 - 4
D. Install existing materials and equipment in their new location as specified
in the construction documents.
E. Allow the facility owner first right to salvaged equipment removed.
END OF SECTION 26 05 01
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLE 26 05 19 - 1
SECTION 26 05 19 – LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Basic wire and cable for feeder and branch circuit
conductors.
B. Furnish labor, materials, equipment, components, and necessary services to
support the electrical work show on the drawings and specified herein in this
specification.
C. Principal features of this section include, but are not limited to the following:
1. Wire and cable
a. Solid and stranded type
2. Connectors, Lugs, and Pads
3. Splice Kits
1.2 RELATED SECTIONS
1. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
2. Section 26 05 33 RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS
3. Section 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEM
4. Related Sections Under Other Divisions:
a. The General provisions, including supplementary conditions, of this
contract apply to this section.
b. Control, Signal, and Communications conductors shall be as
required per the manufacturer of the equipment or as specified by
others.
1.3 REQUIREMENTS
A. Materials and installation shall be in accordance with the latest published
requirements of the following codes and standards:
1. Materials and equipment shall be listed by an independent testing
laboratory for the class of service intended (Underwriters Laboratories or
equivalent).
2. IEEE Standard 510 – 1992, Recommended Practices for Safety in High
Voltage and High Voltage Power Testing.
3. IEEE Standard 400 – 2001, Guide for Field Testing and Evaluation of the
Insulation of Shielded Power Cable Systems.
4. National Electrical Code, NFPA 70.
5. National Fire Protection Code 70B, Recommended Practice for Electrical
Equipment Maintenance.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLE 26 05 19 - 2
6. Federal Specification A-A-59544.
7. UL 83 – Thermoplastic-Insulated Wires and Cables
8. ASTM B1 – Hard-Drawn Copper Wire
9. UL 486 A and UL 486 B – Wire Connections for Copper and Aluminum
10. NECA/AA-104-2012 – National Electrical Contractors Association
Recommendation for Installing Aluminum Building Wire and Cable
PART 2 - PRODUCTS
2.1 MANUFACTURERS
1. Wire, cable, SE Cable: Southwire, Okonite, or engineer of record
approved equal.
2.
3. Connectors, Lugs, and Pads: Thomas & Betts or engineer of record
approved equal.
4. Splice Kits: 3M, Ideal.
2.2 MATERIALS
A. Copper Wire and Cable, Solid and stranded type – Suitable for operation at
600 volts for AC applications and 1,000V for DC applications as specified in the
National Electrical Code. Type XHHW, THHN, or THWN insulation rated for 90
deg. Celsius in wet and dry locations. Stranded or solid for sizes smaller than
and including 8 AWG and stranded for larger than size 8 AWG. Conductors
combined in a single raceway shall be listed for operation at the same voltage
level.
B. Connectors, Lugs, and Pads – Connectors shall be UL listed and suitable for 600
volts in all installations and a minimum of 75 deg. Celsius rated. Strict adherence
to manufacturer installation means and methods is required. Connections shall
be suitable for use with conductors installed (i.e. Copper or Aluminum).
Connectors shall be appropriately sized pursuant to the conductors connected
(i.e. stranded or solid). Exposed wires, clamps, and connectors shall be
completely insulated with vinyl plastic tape. Indenture-compression type
connectors shall be used for stranded conductors. Screw-on compression type
connectors shall be used for size 8 AWG and smaller.
C. Splice Kits
1. Copper Conductors, sizes #10 AWG and smaller where spliced shall use
“spring-lock” connectors.
2. Copper Conductors, sizes #8 and larger where spliced shall utilize an
approved split bolt connector. These types of non-insulated connections
shall be thoroughly protected with applied insulation.
3. Spliced conductors in exterior, damp and wet locations shall be insulated
with an epoxy kit or protected with 3M #2200 or #2210 vinyl mastic
insulating pads.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLE 26 05 19 - 3
PART 3 - EXECUTION
3.1 CONDITIONS
A. Follow manufacturer instructions with respect to installation in low ambient
temperatures. Cables installed in cold weather shall be handled with care and
pulled slower.
B. Conductors shall have the proper listing for the environment installed (i.e. wet
location, plenum ceiling, high/low ambient temperature). Conductors installed
exterior, underground, or below floor slab shall require a wet location listing.
3.2 PREPARATION
A. Inspect cable and reels for damage prior to installation. Ensure cable ends are
sealed to prevent entrance of moisture.
B. Consult cable manufacturer for approval of proper pulling equipment (i.e.
wood reels, steel reels, etc.)
C. Ensure pulling lubricant is approved by the manufacturer and compatible with
the cable. Lubricant that is made of flammable product, wax, and/or grease is
not approved.
3.3 INSTALLATION
A. Conductors shall be installed in a permanent raceway or cable tray. Raceways
shall be as sized to meet minimum code requirements or as noted on the
drawings, whichever provides a larger cross-sectional area. Conduit raceway
shall be installed prior to pulling conductors through.
B. Conductor bend radii shall not exceed manufacturer recommendations during
installation.
C. Do not exceed manufacturer limitations for the amount of pulling tension
applied to the conductors. Avoid pulling different conductor sizes, with different
tension limitations, at the same time. Pull tension calculations shall be
performed prior to pulling conductors to ensure maximum pulling stress allowed
by the manufacturer.
D. Do not exceed manufacturer limitations with respect to maximum side wall
pressure.
E. Strain relief fittings shall be used where the installation exceed manufacturer
maximum stress allowanced for cables under vertical tension. Vertical
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLE 26 05 19 - 4
raceways shall be supported at the top (or as close as practical), with interval
supports per NEC Table 300.19 (A).
F. Dedicated neutral conductors shall be provided for each single phase circuit
(i.e. one neutral conductor for each phase conductor) with the exception of
multiwire branch circuits where either a common handle tie, two, or three pole
circuit breaker is used in accordance with NEC 210.4 (B).
G. Conductors shall be as specified on the drawings.
H. Copper Wire and Cable, either solid, compact stranded, or stranded type shall
be color coded pursuant to voltage and phase configuration. Phase A – Black
(208V, 240V), Brown (480V). Phase B – Red (208V), Orange (240V, 480V). Phase
C – Blue (208V, 240V), Yellow (480V). Neutral – White (208V, 240V), Gray (480V).
Ground – Green (208V, 240V, 480V). Isolated Ground – Green w/ colored strip
(208V, 240V, 480V).
I. SPLICES
1. The contractor shall be responsible to assure that all splices are
completed in a secure and permanent fashion, maintaining the integrity
of the connection without faults or shorts. Where applicable, and required
per installed conditions, the contractor shall take extra care to tape wrap
spliced conductors.
2. Splices shall be minimized. Splices below grade shall be avoided, if
required, the Engineer of Record will approve prior to installation. Feeder
splices below grade shall be made be fully watertight and made with
conductors encapsulated in epoxy.
J. CONNECTORS
1. Electrical connections shall be inspected periodically in accordance to
NFPA 70B.
2. Where set screw connectors are used, ensure screws are tightened via a
torque wrench or torque screw driver. Connectors shall be tightened to
the value as required by the connector manufacturer.
3. Where compression connectors are utilized, ensure the crimping tool
utilizes is as per manufacturer recommendations.
K. The use of pulling compounds is allowed. Pulling compounds shall be applied
before and/or during the pull.
L. Cable shall be installed in a neat and workmanlike manor.
M. Conductors in switchgear, , pull boxes, etc. shall be labeled indicated branch
circuit designation and source of supply.
N. Conductors shall be installed in an approved raceway. Each raceway shall also
contain a grounding conductor size per NEC table 250.122.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLE 26 05 19 - 5
3.4 TESTING
A. Insulation Resistance (IR) testing shall be conducted for branch circuit
conductors rated 400 amps and higher in accordance with IEEE Standards .
Testing shall be done with a dc potential of 500 to 1,000 volts dc. Avoid testing
conditions such as humidity, moisture in conductors, and excess pulling
lubricants.
B. The conductors shall be de-energized prior to resting. Remove grounds from the
cable phase that will be tested only.
C. Test results shall be recorded and provided to the owner. Testing records shall
include testing instrument used, feeder specifications, conductor insulation
type, voltage applied, conduit specification, length of conductor, and
megohm meter reading.
END OF SECTION 26 05 19
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
GROUNDING AND BONDING OF ELECTRICAL SYSTEMS 26 05 26 - 1
SECTION 26 05 26 – GROUNDING AND BONDING OF ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Basic grounding and bonding of electrical systems.
B. Furnish labor, materials, equipment, components, and necessary services to
support the electrical work show on the drawings and specified herein in this
specification for a complete grounded and bonded system.
1.2 DEFINITIONS
A. Definitions shall be consistent with Article 100 of the National Electrical Code,
with California State Amendments.
1. “Bonding Jumper” – A reliable conductor to ensure the required electrical
conductivity between metal parts required to be electrically connected.
2. “Bonding Jumper, Equipment” – The connection between two or more
portions of the equipment grounding conductor.
3. “Bonding Jumper, Main” – The connection between the grounded circuit
conductor and the equipment grounding conductor at the service.
4. “Ground” – The earth.
5. “Grounded” (grounding) – Connected (connecting) to ground or to a
conductive body that extends the grounded connection.
6. “Grounded, Solidly” – Connected to ground without inserting any resistive
or impedance device.
7. “Grounded Conductor” – A system or circuit conductor that is
intentionally grounded.
1.3 RELATED SECTIONS
1. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
2. Section 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES
3. Section 26 05 46.13 UNDERGROUND ELECTRICAL CONSTRUCTION AND
SERVICE
A. Related Sections Under Other Divisions:
1. The General provisions, including supplementary conditions, of this
contract apply to this section.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
GROUNDING AND BONDING OF ELECTRICAL SYSTEMS 26 05 26 - 2
1.4 REQUIREMENTS
A. Grounding and bonding of the electrical system shall be performed in
accordance to the latest published requirements of the following codes and
standards. Note, grounding and bonding of electrical systems shall be specific
to electrical equipment and conductive material, establishing an effective
ground-fault current path and personal safety.
1. National Electrical Code (NEC), with California State Amendments, Article
250 – Grounding
2. IEEE Standard 81 – Guide for Measuring Earth Resistivity, Ground
Impedance, and Earth Surface Potentials for a Grounded System
3. IEEE Standard 142 – Recommended Practice for Grounding of Industrial
and Commercial Power Systems
4. ASTM B1 – Hard-Drawn Copper Wire
5. ASTM B8 – Concentric-Lay-Stranded Copper Conductors, Hard, Medium-
Hard, or Soft.
6. UL 83 – Thermoplastic-Insulated Wires and Cables
7. UL 467 – Grounding and Bonding Equipment
1.5 GUARANTEES
A. Materials and equipment shall be listed by an independent testing laboratory
for the class of service intended (Underwriters Laboratories or equivalent).
PART 2 - MATERIALS
2.1 MATERIALS
A. Grounding Conductor – Insulated green stranded (No. 8 AWG and larger) and
solid (No. 10 AWG and smaller) copper. Insulated green with yellow stripe is
acceptable pursuant to NEC.
B. Bonding Conductors – Shall be bare stranded copper, with the exception of
solid bare copper for No. 10 AWG and smaller sizes as required per NEC.
C. Connectors, Clamps, Splices, Termination Components, & Mechanical Lugs -
Industry standard type for connection grounds, bonding, splicing, tapping and
similar. Shall be appropriate for the conductor size as permitted by the
manufacturer.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
GROUNDING AND BONDING OF ELECTRICAL SYSTEMS 26 05 26 - 3
PART 3 - EXECUTION
3.1 GENERAL CONDITIONS
A. Grounding shall be performed in accordance to the National Electric Code
Article 250 requirements.
B. Install grounding conductors prior to construction of concrete slabs, structural
equipment pads, and general equipment housekeeping pads.
C. Grounding conductors shall be sized per the drawings. When a ground
conductor size is not identified, the size shall be installed to meet minimum NEC
requirements. Refer to NEC Table 250.66 for grounding electrode conductors
and NEC Table 250.122 for equipment grounding conductors for grounding
raceway and equipment.
D. Equipment grounding conductors, grounding electrode conductors, and
bonding jumpers shall be connected by one or more of the following means as
outlined in CEC 250.8: Listed pressure connectors, terminal bars, exothermic
welding process, machine screw type fasteners, thread –forming machine
screws, and connections part of a listed assembly. Connections made solely of
solder shall not be permitted.
E. Where ground clamps and fittings are subject to physical damage, maintain
protective covering by means of metal, wood, or equivalent. Coordinate in
field.
F. Contact surfaces shall be thoroughly cleaned of nonconductive coatings (i.e.
paint, lacquer, and enamel) before connections are made to insure good
metal contact.
G. Grounding conductors shall be installed in every raceway, both metallic and
non-metallic, unless specifically identified on the drawings or permitted per this
specification.
H. Inaccessible Grounding Connections: Ground connections that are/will be
inaccessible upon completion of construction shall be made via exothermic
welds or clamp suitable for direct bury.
I. Ground Connections Requiring Periodic Testing, Not Subject to Physical
Damage: Where periodic testing is required for ground connections, the
grounding electrode, where the ground conductor connection is made, shall
be exposed and stubbed up above grade (approx.. 3-4”), in an area not
subject to physical damage.
J. Ground Connections Requiring Periodic Testing, Subject to Physical Damage:
Where periodic testing is required for ground connections, the grounding
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
GROUNDING AND BONDING OF ELECTRICAL SYSTEMS 26 05 26 - 4
electrode, where the ground conductor connection is made, shall be exposed
(approx.. 3-4”), integral to a flush in grade pull box.
K. Obtain inspector of record acceptance as required and prior to below grade
and/or inaccessible connections are completed and concealed.
3.2 INSTALLATION
A. Install bonding jumpers between sections of loosely jointed metallic raceways
(i.e. expansion fittings and telescoping raceways) to ensure electrical
continuity.
B. Where circuit conductors are spliced within a pull box, junction box, or
terminated on equipment within or supported by a pull box, junction box, or
like, the associated equipment grounding conductor shall be terminated at the
box via listed grounding means in accordance to NEC Article 250.
C. Metal raceways, cable trays, enclosures, frames, fittings, and other metal non-
current-carrying parts that are to serve as grounding conductors shall be
bonded where necessary to ensure electrical continuity per NEC Article 250.96.
D. Ground non-current-carrying metallic parts of fixed, portable, and mobile
equipment and associated fences, housings, enclosures, floors, and supporting
structures.
E. Bond all conductive components of the conduit system to the grounding
electrode system. Bonding connections shall be made as close as practical to
the equipment ground bus.
F. Grounding Electrodes: Grounding electrodes present at each building or
structure shall be bonded together to the grounding electrode system, with
exceptions as defined per the NEC. Grounding or bonding conductors shall be
connected to the grounding electrode by exothermic welding, listed lugs, listed
pressure connectors, listed clamps, or other listed means. Electrodes permitted
per NEC Article 250, part III for grounding include:
1. Metal underground water pipe in direct contact with the earth for 10 feet
and electrically continuous.
2. Metal building frame or structure.
3. Concrete-encased electrodes.
4. Ground Rings.
5. Rod and Pipe Electrodes.
6. Listed Electrodes.
7. Plate Electrodes.
8. Other Local Metal Underground Systems or Structures.
G. Secondary Equipment:
1. Switchgear– Ground conductors of feeders and branch circuits shall
terminate at the equipment ground bar or bus. Provide ground bushings
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
GROUNDING AND BONDING OF ELECTRICAL SYSTEMS 26 05 26 - 5
for metallic conduits connecting to the physical enclosure. Isolated
ground conductors shall terminate at a dedicated/isolated ground bar or
bus where indicated on the drawings.
2. Metallic structures, enclosures, piping, ductwork, raceways, pull boxes,
junction boxes, outlet boxes, etc. associated with or in close proximity to
shall be bonded and grounded as part of the electrical system.
3. Electric Vehicle Chargers fastened in place or connected by permanent,
fixed, wiring methods shall be provided with a ground lug for connection
of the branch circuit/feeder equipment grounding conductor.
END OF SECTION 26 05 26
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 1
SECTION 26 05 33 – RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Raceways and boxes for electrical systems.
B. Furnish labor, materials, equipment, components, and necessary services to
support the electrical work show on the drawings and specified herein in this
specification.
1. Principal features of this installation include:
a. Conduit and associated fittings
b. Conduit bodies
c. Concrete pull boxes and vaults
d. Fiberglass/composite pull boxes and vaults
1.2 RELATED SECTIONS
1. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
2. Section 26 05 46.13 UNDERGROUND ELECTRICAL CONSTRUCION AND
SERVICE
3. Section 26 05 53 IDENTIFICATION OF ELECTRICAL SYSTEMS
4. Section 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES
5. Related Sections Under Other Divisions:
a. The General provisions, including supplementary conditions, of this
contract apply to this section.
b. Painting of exposed raceways and/or boxes as required by the
owner.
c. Grading, patching, and repairing of existing surfaces, including but
not limited to: asphalt, concrete, and vegetation, as required by the
Civil Engineer.
1.3 REQUIREMENTS
A. Materials and installation shall be in accordance with the latest published
requirements of the following codes and standards:
1. Materials and equipment shall be listed by an independent testing
laboratory for the class of service intended (Underwriters Laboratories or
equivalent).
2. National Electrical Code (NEC) with California State and local
amendments.
3. UL 1 – Flexible Metal Conduit
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 2
4. UL 5A – Nonmetallic Surface Raceway and Fittings
5. UL 6 – Electrical Rigid Metal Conduit - Steel
6. UL 6A – Electrical Rigid Metal Conduit – Aluminum, Stainless Steel
7. UL 50 – Enclosures for Electrical Equipment, Non-Environmental
Considerations.
8. UL 360 – Liquid Tight Flexible Steel Conduit
9. UL 514A – Metallic Outlet Boxes
10. UL 514B – Conduit, Tubing, and Cable Fittings
11. UL 514C – Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
12. UL 651 – Schedule 40, 80, Type EB, and A Rigid PVC Conduit and Fittings
13. UL 651A – Schedule 40 and 80 High Density Polyethylene (HDPE) Conduit
14. UL 797 – Electrical Metallic Tubing – Steel
15. UL 797A – Electrical Metallic Tubing - Aluminum
16. UL 886 – Outlet Boxes and Fittings for Use in Hazardous (Classified)
Locations
17. UL 1660 – Liquid-Tight Flexible Non-metallic Conduit
18. UL 1653 – Electrical Non-Metallic Tubing
19. UL 2225 – Standard for Cables and Cable-Fittings for Use in Hazardous
(Classified) Locations
20. American National Standards Institute (ANSI) OS1 and OS2
21. National Electrical Manufacturers Association (NEMA) FB1 and 250
PART 2 - PRODUCTS
2.1 MATERIALS
A. Raceways
1. Raceway product shall be rated for use with 90 degree Celsius power
wiring conductors.
2. Rigid Non-Metallic Conduit
a. Schedule 40, wall thickness of 0.113 inches, Polyvinyl Chloride (PVC)
construction, Bell end feature, manufactured in accordance with
NEMA standard TC-2 (conduit) and TC-3 (fittings).
b. Schedule 80, wall thickness of 0.154 inches, Polyvinyl Chloride (PVC)
construction, Bell end feature, manufactured in accordance with
NEMA standard TC-2 (conduit) and TC-3 (fittings).
3. Galvanized Rigid Steel (GRS) Conduit – Hot-dip galvanized, zinc coated
rigid steel conduit, manufactured in accordance with ANSI C80.1.
4. Conduit Supports – Unistrut, Caddy or engineer approved equal. Conduit
supports shall consist of; clamps, straps, brackets, clips, j-hooks trapeze
hangers, “C” channel strut etc.
5. Conduit Fittings – Thomas & Betts, O-Z Gedney, or engineer approved
equal. Fittings shall be appropriate for use with the conduit system
installed. Fittings shall consist of connectors, rigid and flexible, adaptors,
bushings, liquid tight (as required), locknuts, etc.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 3
B. Boxes
1. Manufacturers
a. Vaults (non-utility company use), Handhole enclosures – Christy,
Oldcastle Enclosure Solutions, Brooks Products, or engineer approved
equal.
PART 3 - EXECUTION
3.1 General
A. Raceway systems shall be installed in accordance to uses permitted per code.
B. Trenching and backfilling for underground raceway systems is the responsibility
of the contractor. Refer to trench requirements detailed on the drawings and
Section 26 05 46.13 UNDERGROUND ELECTRICAL CONSTRUCION AND SERVICE
requirements. The contractor is required to implement traffic control and
provide barriers as required to protect excavated areas.
3.2 CONDUIT SYSTEM
A. Minimum conduit size shall be ½”, with the following exceptions:
1. When a larger size is required to meet Code.
2. Underground and/or under slab conduit shall be a minimum ¾”.
B. Systems (i.e. power, control, communications, etc.) shall be installed in
dedicated raceways. Systems shall not be combined within a raceway unless
specifically identified in the construction documents.
C. Install conduit runs in accordance to the schematic representation as indicated
on the drawings and as specified. Modify conduit runs to suite field conditions
as accepted by the engineer of record.
D. Install conduit runs for branch circuits and or feeders where only circuit numbers
are identified on the plans, without schematic conduit routing shown.
E. Install conduit runs in straight lines, with uniform and symmetric elbows, offsets,
and bends. Conduit shall not be run diagonally.
F. Be conscious of the elevation by which underground conduits are installed. The
open conduit end at the building and/or where it transitions into distribution
equipment shall be at a higher elevation such to prevent the infiltration of
water through the conduit raceway.
G. Conduit shall be installed such that it does not interfere or block equipment,.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 4
H. Conduit shall be securely fastened by means of clamps and/or straps as
required per the NEC. Type 316 stainless steel straps and/or clamps shall be
used with exposed PVC-coated rigid steel conduit. Provide appropriate
conduit hangars, supports, fasteners, and seismic restraints.
I. Conduit bends shall be made such that the conduit will not be damaged and
the internal diameter of the conduit will not be effectively reduced. Form or
field bend conduit with appropriate tools. Conduit shall be routed such that it
does not exceed a cumulative angular sum of 360 degrees in bends between
junction boxes, pull boxes, conduit bodies, handholes, and vaults
J. When re-using existing raceway(s) and/or installing new raceways, verify
raceway(s) are free of internal debris and are not crushed or creased prior to
installing conductors or cables. The use of a mandrel may be required. The
contractor shall replace conduit sections that are determined to be damaged
and/or obstructed.
K. Spare and empty conduits shall be properly plugged with the appropriate cap
and/or insert. The use of tape, “duct” tape or like, will not be acceptable.
Spare conduit identified on the drawings shall be retained as spare and shall
not be used during construction unless prior authorization is given from the
engineer of record.
L. Special attention shall be paid to atmospheric conditions (i.e. Corrosion,
sunlight, chemicals, abrasion, moisture) and occupancies pursuant to the NEC.
Raceway systems shall be suitable for the environment in which they are
installed.
M. Use of dissimilar metals shall not be allowed. Boxes, fittings, enclosures, and
conduit supports shall be of the same metal, with or without coatings, as the
conduit type.
N. Galvanized Rigid Steel (GRS) risers shall be used where conduit runs are installed
equal or in excess of 150 LF. GRS elbows shall be used where the top of the
elbow is installed less than 18 in. below finished grade, with conduit rising up
from below grade to terminate at an equipment enclosure, disconnect switch,
device, machinery, etc. above grade. GRS risers and elbows shall either be
PVC coated, as identified in this specification, or tape wrapped to a minimum
of 3” above finished grade or the top of the equipment pad or slab, whichever
is applicable to the installation condition.
3.3 RACEWAYS
A. Rigid Non-Metallic Conduit – Rigid Polyvinyl Chloride (PVC) schedule 40 and/or
80. Utilize below grade, in/under slab or foundation, not where subject to
physical damage or at operating temperatures outside of product listing. Cut
ends shall be trimmed inside and outside to remove rough edges.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 5
B. Galvanized Rigid Steel (GRS) Conduit - Utilize where exposed between +18”
below grade and +8’ above finished grade where exposed to physical
damage. Cut ends shall be reamed or otherwise finished to remove rough
edges. Tape wrap where located below grade.
3.4 Conduit Supports – Provide a conduit supports system consisting of; clamps,
straps, brackets, clips, j-hooks trapeze hangers, “C” channel strut etc. Ensure
support is provided with isolation material or cushion as required for shock
absorption, sound and vibration isolation, protection from corrosion and
abrasion, and allowance for expansion and contraction. Conduit supports shall
be selected for use given the conduit size and weight. Follow manufacturer
recommendations for pipe spacing when supported, bolt torque. Conduit
supports are subject to the approval of the AHJ. Corrections required to obtain
approval shall be the sole responsibility of the contractor.
3.5 Conduit Fittings – Fittings shall be appropriate for use with the conduit system
installed. Fittings shall consist of connectors, rigid and flexible, adaptors,
bushings, liquid tight (as required), locknuts, etc. Connection devices and or
fittings that depend solely on solder shall not be used for grounding and
bonding. Protect fittings from physical damage. Fittings shall be tight using
suitable tools. Fittings shall be insulated when used with raceways that contain 4
AWG or larger conductors per NEC 300.4.
3.6 BOXES
A. Junction boxes, pull boxes, and conduit bodies shall be sized a minimum per
NEC Article 314. Adhere to volume and fill calculations as identified in the code.
B. Metallic boxes shall be bonded and grounded in accordance to NEC Article
250.
C. Listed weatherproof boxes, conduit bodies, and fittings are required for use in
damp and wet locations.
D. Terminal blocks shall be installed in junction/terminal boxes as required.
E. Junction and pull boxes shall be installed such that access is not restricted by
obstructions such as, but not limited to: piping, ladders, and equipment.
END OF SECTION 26 05 33
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
UNDERGROUND ELECTRICAL CONSTRUCTION AND SERVICE 26 05 46.13 - 1
SECTION 26 05 46.13 – UNDERGROUND ELECTRICAL CONSTRUCTION AND SERVICE
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Complete underground electrical raceway system.
B. Furnish labor, materials, equipment, components, and necessary services to
support design requirements as show on the drawings and specified herein in
this specification.
1. Principal features of acceptance include:
a. Trenching
b. Pull boxes
c. Conduit
d. Ducts
1.2 RELATED SECTIONS
1. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
2. Section 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES.
3. Section 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
4. Section 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
5. Section 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS
A. Related Sections Under Other Divisions:
1. The General provisions, including supplementary conditions, of this
contract apply to this section.
2. Grading, patching/repair of existing surfaces (asphalt, concrete,
vegetation, etc.).
3. Concrete work including but not limited to: equipment pads, luminaire
bases, as required by the Civil .
1.3 QUALITY ASSURANCE
A. Electrical work shall be performed in accordance of the latest published
requirements of the following codes and standards:
1. National Electrical Code (NEC) with California State Adoptions and
Amendments.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
UNDERGROUND ELECTRICAL CONSTRUCTION AND SERVICE 26 05 46.13 - 2
PART 2 - EXECUTION
2.1 CONDUIT
A. Conduit installed underground shall maintain minimum cover requirements as
defined in the NEC / CEC Table 300.5, “Minimum Cover Requirements, 0 to
600Volts, Nominal”. Consistent with the NEC / CEC cover shall be defined as the
shortest distance measured between a point on the top surface of any
raceway and the top surface of finished grade, concrete, asphalt, or other
surface. Lower cover shall only be allowed where specified with concrete
encasement.
B. Where subject to physical damage conduit shall be rigid metal conduit or
schedule 80 PVC.
2.2 TRENCHING
A. Backfill material shall not contain large rocks, paving material, cinders, large
sharp angular materials / substances, or corrosive materials and like.
B. Actual trench depth shall be adequate to maintain required cover as
indicated per NEC / CEC Table 300.5, “Minimum Cover Requirements, 0 to
600Volts, Nominal”.
C. Electric and / or communication conduit systems shall not share a common
trench with wet utility systems (i.e. water, sewer, sanitary drains, propane, storm
drain, or the like). Adequate separation clearance shall be maintained
between wet and dry conduit systems defined by the civil engineer. Warning
ribbon or tape shall be installed in conduit trenches as identified on the
drawings.
D. Warning ribbon or tape shall be installed in trenches at not more than 12”
above the underground installation.
E. Conform to inspection requirements set forth by the AHJ. If applicable, ensure
trenches are inspected prior to backfill.
F. Coordinate trench routing with actual field conditions. Every effort shall be
made to reduce / eliminate the need for sharp turns / bends.
2.3 PULL BOXES
A. Pull boxes shall be adequately protected / suitable for the environment in
which they are installed. For example, traffic rated covers / acceptable
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
UNDERGROUND ELECTRICAL CONSTRUCTION AND SERVICE 26 05 46.13 - 3
installation practice as defined per the manufacturer shall be utilized where pull
boxes are installed in a location subject to vehicular traffic (non-incidental).
B. Excavate approximately 6” deeper than the overall height and 4-6” wider (all
four sides) that the pull box enclosure. Pull boxes shall be installed on a 3-6” bed
of compacted material (i.e. sand or gravel is acceptable). The compacted
material shall be level such that the pull box is installed flush with the adjacent
finished grade.
C. In the event a pull box is installed in concrete / pavement where subject to
occasional, non-deliberate vehicular traffic, an 8” wide section of concrete
shall be installed on all four sides of the pull box, extending from grade to 8”
below grade.
END OF SECTION 26 05 46.13
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
IDENTIFICATION OF ELECTRICAL SYSTEMS 26 05 53 - 1
SECTION 26 05 53 – IDENTIFICATION OF ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Identification of electrical systems.
B. Furnish labor, materials, equipment, components, and necessary services to
support the electrical work show on the drawings and specified herein in this
specification.
1. Principal features of this installation include identification of electrical
systems by means of:
a. Warning ribbon
b. Device Labels and tags
1.2 RELATED SECTIONS
1. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
2. Section 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
3. Section 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERSR
A. Related Sections Under Other Divisions:
1. The General provisions, including supplementary conditions, of this
contract apply to this section.
1.3 REQUIREMENTS
A. Identification of electrical systems shall be performed and installed in
accordance to the latest publication of the following codes and standards:
1. National Electrical Code (NEC) with California State Amendments.
2. ANSI Z535.4 Guidelines – Product Safety Signs and Labels
3. National Fire Prevention Association Standard for Electrical Safety
Requirements for Employee Workplaces (NFPA 70E).
1.4 PERFORMANCE
A. Labels shall be suitable for the environment where they are installed with
consideration given to exposure to chemicals, sunlight, and abrasion.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
IDENTIFICATION OF ELECTRICAL SYSTEMS 26 05 53 - 2
PART 2 - PRODUCTS
2.1 MATERIALS
A. Nameplates
1. Normal Power: Black lamicoid with white letters fastened with round head,
stainless steel screws.
B. Warning Ribbon – Min. 6” wide made of polyethylene film or detectable
laminated aluminum designed for direct burial. Warning ribbon shall not be
made of materials that will biodegrade.
PART 3 - EXECUTION
3.1 INSTALATION
A. Warning Ribbon
1. Warning ribbon or tape shall be installed in conduit trenches as identified
on the drawings. Pursuant to the NEC, warning tape shall be required for
conductors that are not concrete encased and buried 18” below grade
or more.
2. Warning ribbon or tape shall be installed in trenches at not more than 12”
above the underground installation.
B. Name Plates
1. Nameplates shall be provided for electrical equipment enclosures such
as, but not limited to: electric vehicle chargers.
2. Nameplates shall be provided for separately enclosed devices such as,
but not limited to: circuit breakers.
3. The following, minimum, information shall be included on equipment and
enclosed device identification:
a. Voltage Rating
b. Source
c. Load Served
d. Circuit/Feeder designation
C. Device Labels
1. Junction boxes shall be labeled with the branch circuit and/or feeder
conductors passing through the box. Hand-written labeling via permanent
marker is acceptable provided it is in a visible location and is legible.
D. Raceway Identification (Tags)
1. Identify conductors at each termination. Tag conductors with sleeve type
labels.
2. The following, minimum, information shall be included on wire and cable
identification:
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
IDENTIFICATION OF ELECTRICAL SYSTEMS 26 05 53 - 3
a. Circuit number or load identification tag number,
b. Origin from source.
c. Destination to load.
E. Grounding Conductors larger than 6 AWG
1. Grounding conductors larger than 6AWG shall have the insulation or
covering marked with green tape or green adhesive labels at the
termination pursuant to NEC 250.119.
END OF SECTION 26 05 53
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16 - 1
SECTION 26 28 16 – ENCLOSED SWITCHES AND CIRCUIT BREAKERS
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes: Enclosed switches and circuit breakers.
B. Furnish labor, materials, equipment, components, and necessary services to
support the electrical work show on the drawings and specified herein in this
specification.
1. Principal features of this installation include:
a. Molded case circuit breakers
b. Low voltage power circuit breakers
1.2 RELATED SECTIONS
1. Section 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
2. Section 26 05 53 IDENTIFICATION OF ELECTRICAL SYSTEMS
A. Related Sections Under Other Divisions:
1. The General provisions, including supplementary conditions, of this
contract apply to this section.
1.3 REQUIREMENTS
A. Materials and installation shall be in accordance with the latest published
requirements of the following codes and standards:
1. Materials and equipment shall be listed by an independent testing
laboratory for the class of service intended (Underwriters Laboratories or
equivalent).
2. National Electrical Code (NEC) with California State and local
amendments.
3. ASTM E 329 - Standard Specification for Agencies Engaged in the Testing
and/or Inspection of Materials Used in Construction.
4. Federal Specification FS W-C-375 - Circuit Breakers, Molded Case, Branch
Circuit and Service.
5. NEMA KS 1 - Enclosed Switches
6. NEMA 250 - Enclosures for Electrical Equipment
7. UL 489 - Standard for Molded-Case Circuit Breakers and Circuit-Breaker
Enclosures.
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16 - 2
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Square D, Eaton-Cutler Hammer, Siemens or engineer approved equal.
2.2 MOLDED CASE CIRCUIT BREAKERS
A. Where circuit breakers are installed in existing distribution switchgear they shall
match existing devices or be compatible with the distribution equipment.
Adhere to manufacturer requirements.
B. Circuit breakers shall be constructed using glass reinforced insulating material.
Current carrying components shall be completely isolated from the handle,
and the accessory mounting area.
C. Circuit breakers shall have an over center, trip free, toggle operating
mechanism which shall provide quick-make, quick-break contact action. The
circuit breaker shall have common tripping of all poles.
D. The circuit breaker handle shall reside in a tripped position between on and off
to provide local trip indication. Circuit breaker escutcheon shall be clearly
marked on and off in addition to providing international I/O markings.
E. The maximum ampere rating and UL, or other certification standards with
applicable voltage systems and corresponding interrupting ratings shall be
clearly marked on face of circuit breaker.
F. Each circuit breaker shall be equipped with a push-to-trip button, located on
the face of the circuit breaker to mechanically operate the circuit breaker
tripping mechanism for maintenance and testing purposes.
G. Circuit breakers shall be factory-sealed with a hologram quality mark and shall
have date code on face of circuit breaker.
H. Series rated combinations shall not be allowed.
I. Lugs shall be suitable for 167 °F (75 °C) rated wire and/or 194 °F (90 °C) rated
wire, sized according to the 167 °F (75 °C) temperature rating in the NEC. Refer
to the copper feeder schedule on the drawings.
J. Circuit breakers shall be capable of accepting bus connections.
K. Circuit breakers with ratings up to 400 amperes shall be equipped with thermal
magnetic trip units. Thermal trip elements shall be factory preset and sealed.
Circuit breakers shall be true RMS sensing and thermally responsive to protect
circuit conductor(s) in a 104 °F (40 °C) ambient temperature. Circuit breaker
BATTERY ELECTRIC BUS CHARGING INFRASTRUCTURE
GECE PROJECT NO. 2437
ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16 - 3
frame sizes above 150 amperes shall have a single magnetic trip adjustment
located on the front of the circuit breaker
L. Circuit breakers with permanent trip units shall be UL-listed for reverse
connection without restrictive line and load markings and be suitable for
mounting in any position.
M. The trip units shall not augment overall circuit breaker volume.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Preparation and installation shall be in accordance with reviewed product
data, final shop drawings, manufacturer’s written recommendations, and as
indicated on the Drawings.
3.2 ADJUSTING
A. Mold case circuit breaker pickup level and time delay settings shall be adjusted
to values indicated on the Drawings or schedule and as instructed by the
Engineer.
END OF SECTION 26 28 16
APPENDIX APPENDIX 4 APPENDIX C – REQUIRED FEDERAL CLAUSES
Exhibit A - Required Federal Clauses
1.Fly America Requirements
2.Buy America Requirements
3.Cargo Preference Requirements - Use of United States-Flag Vessels
4.Seismic Safety
5.Energy Conservation
6.Clean Water Requirements
7.Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying
Disclosure Act of 1995, P.L. 104-65 (to be codified at 2 U.S.C. § 1601, et seq.)
8.Access to Records
9.Federal Changes
10.Bid Bond Requirements
11.Clean Air
12.Recovered Materials
13.Davis-Bacon and Copeland Anti-Kickback Acts
14.Contract Work Hours and Safety Standards
15.No Obligation by the Federal Government.
16.Program Fraud and False or Fraudulent Statements or Related Acts.
17.Termination
18.Suspension and Debarment
19.Civil Rights
20.Disputes
21.Disadvantaged Business Enterprises
22.Incorporation of Federal Transit Administration (FTA) Terms
1. Fly America Requirements
The Contractor agrees to comply with 49 United States Code (U.S.C.) 40118 (the “Fly
America” Act) in accordance with the General Services Administration’s regulations at 41
Code of Federal Regulations (CFR) Part 301-10, which provide that the City of San Luis
Obispo (the City) and their contractors are required to use U.S. Flag air carriers for U.S
Government-financed international air travel and transportation of their personal effects
or property, to the extent such service is available, unless travel by foreign air carrier is a
matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a
foreign air carrier was used, an appropriate certification or memorandum adequately
explaining why service by a U.S. flag air carrier was not available or why it was necessary
to use a foreign air carrier and shall, in any event, provide a certificate of compliance with
the Fly America requirements. The Contractor agrees to include the requirements of this
section in all subcontracts that may involve international air transportation.
2. Buy America Requirements
The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 CFR. Part 661, which
provide that Federal funds may not be obligated unless steel, iron, and manufactured
products used in Federal Transit Administration (FTA) funded projects are produced in
the United States, unless a waiver has been granted by FTA or the product is subject to
a general waiver. General waivers are listed in 49 CFR. 661.7 and include final assembly
in the United States for 15 passenger vans and 15 passenger wagons produced by
Chrysler Corporation, and microcomputer equipment and software. Separate
requirements for rolling stock are set out at 49 USC. 5323(j)(2)(C) and 49 CFR. 661.11.
Rolling stock must be assembled in the United States and have a 60 percent domestic
content.
A bidder or offeror must submit to the City the appropriate Buy America certification
(below) with all bids or offers on FTA funded contracts, except those subject to a general
waiver. Bids or offers that are not accompanied by a completed Buy America certification
must be rejected as nonresponsive. This requirement does not apply to lower tier
subcontractors.
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C.
5323(j)(1) and the applicable regulations in 49 CFR Part 661.5.
Date _________________________________________________________________
Signature _____________________________________________________________
Company Name _______________________________________________________
Title _________________________________________________________________
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 5323(j)(1) and 49 CFR 661.5, but it may qualify for an exception pursuant to 49
U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.
Date _________________________________________________________________
Signature _____________________________________________________________
Company Name _______________________________________________________
Title _________________________________________________________________
Certification requirement for procurement of buses, other rolling stock and
associated equipment.
Certificate of Compliance with 49 U.S.C. 5323(j)(2)(C).
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11.
Date _________________________________________________________________
Signature _____________________________________________________________
Company Name _______________________________________________________
Title _________________________________________________________________
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)(C)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to
49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7.
Date _________________________________________________________________
Signature _____________________________________________________________
Company Name _______________________________________________________
Title _________________________________________________________________
3. Cargo Preference Requirements - Use of United States-Flag Vessels
The Contractor agrees:
a) to use privately owned United States-Flag commercial vessels to ship at least 50
percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo
liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to the underlying contract to the extent such vessels are
available at fair and reasonable rates for United States-Flag commercial vessels;
b) to furnish within 20 working days following the date of loading for shipments
originating within the United States or within 30 working days following the date of
leading for shipments originating outside the United States, a legible copy of a
rated, "on-board" commercial ocean bill-of-lading in English for each shipment of
cargo described in the preceding paragraph to the Division of National Cargo,
Office of Market Development, Maritime Administration, Washington, DC 20590
and to the City (through the Contractor in the case of a subcontractor's bill-of-
lading.)
c) to include these requirements in all subcontracts issued pursuant to this contract
when the subcontract may involve the transport of equipment, material, or
commodities by ocean vessel.
4. Seismic Safety
The Contractor agrees that any new building or addition to an existing building will be
designed and constructed in accordance with the standards for Seismic Safety required
in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will
certify to compliance to the extent required by the regulation. The Contractor also agrees
to ensure that all work performed under this contract including work performed by a
subcontractor is in compliance with the standards required by the Seismic Safety
Regulations and the certification of compliance issued on the project.
5. Energy Conservation
The Contractor agrees to comply with mandatory standards and policies relating to
energy efficiency which are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act.
6. Clean Water Requirements
a) The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation
to the City and understands and agrees that the City will, in turn, report each
violation as required to assure notification to FTA and the appropriate
Environmental Protection Agency (EPA) Regional Office.
b) The Contractor also agrees to include these requirements in each subcontract
exceeding $100,000 financed in whole or in part with Federal assistance provided
by FTA.
7. Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying
Disclosure Act of 1995, P.L. 104-65 (to be codified at 2 U.S.C. § 1601, et seq.)
Mandatory Clause/Language
Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A.
Modifications have been made to the Clause pursuant to Section 10 of the Lobbying
Disclosure Act of 1995, Public Law (P.L.) 104-65 (to be codified at 2 U.S.C. § 1601, et
seq.)
Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are
mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure
Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49
CFR § 20.110(d)
Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section
7, which provides that contractors file the certification required by 49 CFR Part 20,
Appendix A.
Modifications have been made to the Lobbying Certification pursuant to Section 10 of the
Lobbying Disclosure Act of 1995.
Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of
49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions on
Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A.
Contractors who apply or bid for an award of $100,000 or more shall file the certification
required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier
above that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant or any other
award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant
under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf
with non-Federal funds with respect to that Federal contract, grant or award covered by
31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the City.
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The Contractor certifies, to the best of his or her knowledge and belief, that:
No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of an agency, a Member of Congress, an officer or employee of Congress, or
an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any
person for making lobbying contacts to 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 this Federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions as amended by "Government wide
Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note:
Language in paragraph (2) herein has been modified in accordance with Section 10 of
the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et
seq.).
The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
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 this transaction imposed by 31, U.S.C. § 1352 (as amended
by the Lobbying Disclosure Act of 1995). 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.
Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such expenditure or failure.
The Contractor, , certifies or affirms the truthfulness and accuracy of
each statement of its certification and disclosure, if any. In addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this
certification and disclosure, if any.
_____________________ Signature of Contractor's Authorized Official
_____________________ Name and Title of Contractor's Authorized Official
_____________________ Date
8. Access to Records
The following access to records requirements apply to this Contract:
The Contractor agrees to provide the City, the FTA Administrator, the Comptroller
General of the United States or any of their authorized representatives access to any
books, documents, papers and records of the Contractor which are directly pertinent to
this contract for the purposes of making audits, examinations, excerpts and transcriptions.
Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or
his authorized representatives including any Project Management Office (PMO)
Contractor access to Contractor's records and construction sites pertaining to a major
capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial
assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311.
Where the Purchaser is a State and is the City or a subgrantee of the City in accordance
with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator
or his authorized representatives, including any PMO Contractor, access to the
Contractor's records and construction sites pertaining to a major capital project, defined
at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the
programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project
excludes contracts of less than the simplified acquisition threshold currently set at
$100,000.
Where the Purchaser enters into a negotiated contract for other than a small purchase or
under the simplified acquisition threshold and is an institution of higher education, a
hospital or other non-profit organization and is the City or a subgrantee of the City in
accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA
Administrator, the Comptroller General of the United States or any of their duly authorized
representatives with access to any books, documents, papers and record of the
Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions.
Where any Purchaser which is the City or a subgrantee of the City in accordance with 49
U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49
U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make
available records related to the contract to the Purchaser, the Secretary of Transportation
and the Comptroller General or any authorized officer or employee of any of them for the
purposes of conducting an audit and inspection.
The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
The Contractor agrees to maintain all books, records, accounts and reports required
under this contract for a period of not less than three years after the date of termination
or expiration of this contract, except in the event of litigation or settlement of claims arising
from the performance of this contract, in which case Contractor agrees to maintain same
until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly
authorized representatives, have disposed of all such litigation, appeals, claims or
exceptions related thereto. Reference 49 CFR 18.39(i)(11).
FTA does not require the inclusion of these requirements in subcontracts.
9. Federal Changes
Contractor shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by reference
in the Master Agreement between Purchaser and FTA, as they may be amended or
promulgated from time to time during the term of this contract. Contractor's failure to so
comply shall constitute a material breach of this contract.
10. Bid Bond Requirements
Applicability to Contracts
For those construction or facility improvement contracts or subcontracts exceeding
$100,000, FTA may accept the bonding policy and requirements of the City, provided that
they meet the minimum requirements for construction contracts as follows:
A bid guarantee from each bidder equivalent to ten (10) percent of the bid price. The "bid
guarantees" shall consist of a firm commitment such as a bid bond, certifies check, or
other negotiable instrument accompanying a bid as assurance that the bidder will, upon
acceptance of the bid, execute such contractual documents as may be required within
the time specified.
A performance bond on the part to the Contractor for 100 percent of the contract price. A
"performance bond" is one executed in connection with a contract to secure fulfillment of
all the Contractor's obligations under such contract.
A payment bond on the part of the Contractor for 100 percent of the contract price. A
"payment bond" is one executed in connection with a contract to assure payment, as
required by law, of all persons supplying labor and material in the execution of the work
provided for in the contract.
A cash deposit, certified check or other negotiable instrument may be accepted by a
grantee in lieu of performance and payment bonds, provided the grantee has established
a procedure to assure that the interest of FTA is adequately protected. An irrevocable
letter of credit would also satisfy the requirement for a bond.
Flow Down
Bonding requirements flow down to the first tier Contractors.
Bid Bond Requirements (Construction)
a) Bid Security
A Bid Bond must be issued by a fully qualified surety company acceptable to the City and
listed as a company currently authorized under 31 CFR, Part 223 as possessing a
Certificate of Authority as described thereunder.
b) Rights Reserved
In submitting this Bid, it is understood and agreed by bidder that the right is reserved by
the City to reject any and all bids, or part of any bid, and it is agreed that the Bid may not
be withdrawn for a period of ninety (90) days subsequent to the opening of bids, without
the written consent of the City.
It is also understood and agreed that if the undersigned bidder should withdraw any part
or all of the bid within ninety(90) days after the bid opening without the written consent of
the City, shall refuse or be unable to enter into this Contract, as provided above, or refuse
or be unable to furnish adequate and acceptable Performance Bonds and Labor and
Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate
and acceptable insurance, as provided above, the undersigned bidder shall forfeit the bid
security to the extent of the City’s damages occasioned by such withdrawal, or refusal, or
inability to enter into an agreement, or provide adequate security therefor.
It is further understood and agreed that to the extent the defaulting bidder's Bid Bond,
Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check
(excluding any income generated thereby which has been retained by the City) shall
prove inadequate to fully recompense the City for the damages occasioned by default,
then the undersigned bidder agrees to indemnify the City and pay over to the City the
difference between the bid security and the City’s total damages, so as to make the City
whole.
The undersigned understands that any material alteration of any of the above or any of
the material contained on this form, other than that requested, will render the bid
unresponsive.
Performance and Payment Bonding Requirements (Construction)
The Contractor shall be required to obtain performance and payment bonds as follows:
Performance bonds
a) The penal amount of performance bonds shall be 100 percent of the original
contract price, unless the City determines that a lesser amount would be adequate
for the protection of the City.
b) The City may require additional performance bond protection when a contract price
is increased. The increase in protection shall generally equal 100 percent of the
increase in contract price. The City may secure additional protection by directing
the Contractor to increase the penal amount of the existing bond or to obtain an
additional bond.
Advance Payment Bonding Requirements
The Contractor may be required to obtain an advance payment bond if the contract
contains an advance payment provision and a performance bond is not furnished. The
City shall determine the amount of the advance payment bond necessary to protect the
City.
Patent Infringement Bonding Requirements (Patent Indemnity)
The Contractor may be required to obtain a patent indemnity bond if a performance bond
is not furnished and the financial responsibility of the Contractor is unknown or doubtful.
The City shall determine the amount of the patent indemnity to protect the City.
Warranty of the Work and Maintenance Bonds
a) The Contractor warrants to the City, the Architect and/or Engineer that all materials
and equipment furnished under this Contract will be of highest quality and new
unless otherwise specified by the City, free from faults and defects and in
conformance with the Contract Documents. All work not so conforming to these
standards shall be considered defective. If required by the City, the Contractor
shall furnish satisfactory evidence as to the kind and quality of materials and
equipment.
b) The Work furnished must be of first quality and the workmanship must be the best
obtainable in the various trades. The Work must be of safe, substantial and durable
construction in all respects. The Contractor hereby guarantees the Work against
defective materials or faulty workmanship for a minimum period of one (1) year
after Final Payment by the City and shall replace or repair any defective materials
or equipment or faulty workmanship during the period of the guarantee at no cost
to the City. As additional security for these guarantees, the Contractor shall, prior
to the release of Final Payment, furnish separate Maintenance (or Guarantee)
Bonds in form acceptable to the City written by the same corporate surety that
provides the Performance Bond and Labor and Material Payment Bond for this
Contract. These bonds shall secure the Contractor's obligation to replace or repair
defective materials and faulty workmanship for a minimum period of one (1) year
after Final Payment and shall be written in an amount equal to ONE HUNDRED
PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all).
11. Clean Air
a) The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401
et seq. The Contractor agrees to report each violation to the Purchaser and
understands and agrees that the Purchaser will, in turn, report each violation as
required to assure notification to FTA and the appropriate EPA Regional Office.
b) The Contractor also agrees to include these requirements in each subcontract
exceeding $100,000 financed in whole or in part with Federal assistance provided
by FTA.
12. Recovered Materials
The Contractor agrees to comply with all the requirements of Section 6002 of the
Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962),
including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive
Order 12873, as they apply to the procurement of the items designated in Subpart B of
40 CFR Part 247.
13. Davis-Bacon and Copeland Anti-Kickback Acts
The Davis-Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC
874. The Acts apply to grantee construction contracts and subcontracts that “at least
partly are financed by a loan or grant from the Federal Government.” 40 USC 3145(a), 29
CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2,000.
40 USC 3142(a), 29 CFR 5.5(a). ‘Construction,’ for purposes of the Acts, includes “actual
construction, alteration and/or repair, including painting and decorating.” 29 CFR 5.5(a).
The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11)
enumerated at 29 CFR 5.5(a) and reproduced below.
The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the
model clause below should be coordinated with counsel to ensure the Acts’ requirements
are satisfied.
(1) Minimum wages - (i) All laborers and mechanics employed or working upon the site
of the work (or under the United States Housing Act of 1937 or under the Housing Act of
1949 in the construction or development of the project), will be paid unconditionally and
not less often than once a week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are permitted by regulations issued by the
Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment
computed at rates not less than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between the Contractor and such
laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under
section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv)
of this section; also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the
particular weekly period, are deemed to be constructively made or incurred during such
weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and
fringe benefits on the wage determination for the classification of work actually performed,
without regard to skill, except as provided in 29 CFR Part 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 classifications
and wage rates conformed under paragraph (1)(ii) of this section) and the Davis- Bacon
poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at
the site of the work in a prominent and accessible place where it can be easily seen by
the workers.
(ii) (A)The contracting officer shall require that any class of laborers or mechanics,
including helpers, which is not listed in the wage determination and which is to be
employed under the contract shall be classified in conformance with the wage
determination. The contracting officer shall approve an additional classification and wage
rate and fringe benefits therefore only when the following criteria have been met:
(1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be
performed by the classification requested is not performed by a classification in the wage
determination; and
(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; and
(4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails
in the area in which the work is performed.
(B) If the Contractor and the laborers and mechanics to be employed in the classification
(if known), or their representatives, and the contracting officer agree on the classification
and wage rate (including the amount designated for fringe benefits where appropriate), a
report of the action taken shall be sent by the contracting officer to the Administrator of
the Wage and Hour Division, Employment Standards Administration, U.S. Department of
Labor, Washington, DC 20210. The Administrator, or an authorized representative, will
approve, modify, or disapprove every additional classification action within 30 days of
receipt and so advise the contracting officer or will notify the contracting officer within the
30-day period that additional time is necessary.
(C) In the event the Contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated for fringe
benefits, where appropriate), the contracting officer shall refer the questions, including
the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative,
will issue a determination within 30 days of receipt and so advise the contracting officer
or will notify the contracting officer within the 30- day period that additional time is
necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work
in the classification under this contract from the first day on which work is performed in
the classification.
(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.
(v) (A)The contracting officer shall require that 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. The contracting officer
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; and
(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 and the laborers and mechanics to be employed in the classification
(if known), or their representatives, and the contracting officer agree on the classification
and wage rate (including the amount designated for fringe benefits where appropriate), a
report of the action taken shall be sent by the contracting officer to the Administrator of
the Wage and Hour Division, Employment Standards Administration, Washington, DC
20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise
the contracting officer or will notify the contracting officer within the 30-day period that
additional time is necessary.
(C) In the event the Contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated for fringe
benefits, where appropriate), the contracting officer shall refer the questions, including
the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative,
will issue a determination with 30 days of receipt and so advise the contracting officer or
will notify the contracting officer within the 30-day period that additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work
in the classification under this contract from the first day on which work is performed in
the classification.
(2) Withholding - The City shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld
from the Contractor under this contract or any other Federal contract with the same prime
Contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing
wage requirements, which is held by the same prime Contractor, so much of the accrued
payments or advances as may be considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the Contractor or any
subcontractor the full amount of wages required by the contract. In the event of failure to
pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or
working on the site of the work (or under the United States Housing Act of 1937 or under
the Housing Act of 1949 in the construction or development of the project), all or part of
the wages required by the contract, the City 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.
(3) Payrolls and basic records - (i) 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 (or
under the United States Housing Act of 1937, or under the Housing Act of 1949, in the
construction or development of the project). Such records shall contain the name,
address, and social security number of each such worker, his or her correct classification,
hourly rates of wages paid (including rates of contributions or costs anticipated for bona
fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B)
of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and
actual wages paid. Whenever the Secretary of Labor has found under 29 CFR
5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs
reasonably anticipated in providing benefits under a plan or program described in section
1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that
the commitment to provide such benefits is enforceable, that the plan or program is
financially responsible, and that the plan or program has been communicated in writing
to the laborers or mechanics affected, and records which show the costs anticipated or
the actual cost incurred in providing such benefits. Contractors employing apprentices or
trainees under approved programs shall maintain written evidence of the registration of
apprenticeship programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
(ii) (A) The Contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the City for transmission to the FTA. The payrolls
submitted shall set out accurately and completely all of the information required to be
maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may
be submitted in any form desired. Optional Form WH-347 is available for this purpose
and may be purchased from the Superintendent of Documents (Federal Stock Number
029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime
Contractor is responsible for the submission of copies of payrolls by all subcontractors.
(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
maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 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 Regulations, 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.
(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 paragraph (a)(3)(ii)(B) of this section.
(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
231 of title 31 of the U.S.C.
(iii) The Contractor or subcontractor shall make the records required under paragraph
(a)(3)(i) of this section available for inspection, copying, or transcription by authorized
representatives of the FTA or the Department of Labor, and shall permit such
representatives to interview employees during working hours on the job. If the Contractor
or subcontractor fails to submit the required records or to make them available, the
Federal agency 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, Bureau of
Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the
Bureau, 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 Bureau of Apprenticeship and Training or
a State Apprenticeship Agency (where appropriate) to be eligible for probationary
employment as an apprentice. The allowable ratio of apprentices to journeymen on the
job site in any craft classification shall not be greater than the ratio permitted to the
Contractor as to the entire work force under the registered program. Any worker listed on
a payroll at an apprentice wage rate, who is not registered or otherwise employed as
stated above, shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the registered
program shall be paid not less than the applicable wage rate on the wage determination
for the work actually performed. Where a Contractor is performing construction on a
project in a locality other than that in which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman's hourly rate) specified in the
Contractor's or subcontractor's registered program shall be observed. Every apprentice
must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator of the Wage and Hour
Division of the U.S. Department of Labor determines that a different practice prevails for
the applicable apprentice classification, fringes shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship and Training, or a State
Apprenticeship Agency recognized by the Bureau, withdraws approval of an
apprenticeship program, the Contractor 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 classification of work actually performed. In addition, any
trainee performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. In the event the Employment and Training
Administration withdraws approval of a training program, the Contractor will no longer be
permitted to utilize trainees at less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(iii) Equal employment opportunity - The utilization of apprentices, trainees and
journeymen under this part shall be in conformity with the equal employment opportunity
requirements of Executive Order 11246, as amended, and 29 CFR part 30.
(5) Compliance with Copeland Act requirements - The Contractor shall comply with
the requirements of 29 CFR part 3, which are incorporated by reference in this contract.
(6) Subcontracts - The Contractor or subcontractor shall insert in any subcontracts the
clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the FTA
may by appropriate instructions require, 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 29 CFR 5.5.
(7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5
may be grounds for termination of the contract, and for debarment as a Contractor and a
subcontractor as provided in 29 CFR 5.12.
(8) Compliance with Davis-Bacon and Related Act requirements - All rulings and
interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and
5 are herein incorporated by reference in this contract.
(9) Disputes concerning labor standards - Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this
contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning
of this clause include disputes between the Contractor (or any of its subcontractors) and
the contracting agency, the U.S. Department of Labor, or the employees or their
representatives.
(10) Certification of eligibility - (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).
(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).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18
U.S.C. 1001.
14. Contract Work Hours and Safety Standards
The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq.
The Act applies to grantee contracts and subcontracts “financed at least in part by loans
or grants from American Rescue Plan (ARP).” 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29
CFR 5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any
construction contract over $2,000 or non-construction contract to which the Act applied
over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), the Act no
longer applies to any “contract in an amount that is not greater than $100,000.” 40 USC
3701(b)(3) (A)(iii).
The Act applies to construction contracts and, in very limited circumstances, non-
construction projects that employ “laborers or mechanics on a public work.” These non-
construction applications do not generally apply to transit procurements because transit
procurements (to include rail cars and buses) are deemed “commercial items.” 40 USC
3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure
a developmental or unique item should consult counsel to determine if the Act applies to
that procurement and that additional language required by 29 CFR 5.5(c) must be added
to the basic clause below.
The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the
model clause below should be coordinated with counsel to ensure the Act’s requirements
are satisfied.
(1) Overtime requirements - No Contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers or mechanics
shall require or permit any such laborer or mechanic in any workweek in which he or she
is employed on such work to work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less than one and one-half times
the basic rate of pay for all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages - In the event of any
violation of the clause set forth in paragraph (1) of this section the Contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such
Contractor and subcontractor shall be liable to the United States for liquidated damages.
Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth
in paragraph (1) of this section, in the sum of $10 for each calendar day on which such
individual was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in
paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages - The City shall upon its
own action or upon written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable on account of work
performed by the Contractor or subcontractor under any such contract or any other
Federal contract with the same prime Contractor, or any other federally-assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime Contractor, such sums as may be determined to be necessary to satisfy any
liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages
as provided in the clause set forth in paragraph (2) of this section.
(4) Subcontracts - The Contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring
the subcontractor s to include these clauses in any lower tier subcontracts. The prime
Contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.
15. No Obligation by the Federal Government.
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this contract and shall not be subject to any
obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a
party to that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the
clause shall not be modified, except to identify the subcontractor who will be subject to its
provisions.
16. Program Fraud and False or Fraudulent Statements or Related Acts.
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil
Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations,
"Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this
Project. Upon execution of the underlying contract, the Contractor certifies or affirms the
truthfulness and accuracy of any statement it has made, it makes, it may make, or causes
to be made, pertaining to the underlying contract or the FTA assisted project for which
this contract work is being performed. In addition to other penalties that may be
applicable, the Contractor further acknowledges that if it makes, or causes to be made, a
false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal
Government reserves the right to impose the penalties of the Program Fraud Civil
Remedies Act of 1986 on the Contractor to the extent the Federal Government deems
appropriate.
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal
Government under a contract connected with a project that is financed in whole or in part
with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. §
5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and
49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems
appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed
in whole or in part with Federal assistance provided by FTA. It is further agreed that the
clauses shall not be modified, except to identify the subcontractor who will be subject to
the provisions.
17. Termination
(1) Termination for Convenience (General Provision) The City may terminate this
contract, in whole or in part, at any time by written notice to the Contractor when it is in
the Government's best interest. The Contractor shall be paid its costs, including contract
close-out costs, and profit on work performed up to the time of termination. The Contractor
shall promptly submit its termination claim to the City to be paid the Contractor. If the
Contractor has any property in its possession belonging to the City, the Contractor will
account for the same, and dispose of it in the manner the City directs.
(2) Termination for Default (Breach or Cause) (General Provision) If the Contractor
does not deliver supplies in accordance with the contract delivery schedule, or, if the
contract is for services, the Contractor fails to perform in the manner called for in the
contract, or if the Contractor fails to comply with any other provisions of the contract, the
City may terminate this contract for default. Termination shall be effected by serving a
notice of termination on the Contractor setting forth the manner in which the Contractor
is in default. The Contractor will only be paid the contract price for supplies delivered and
accepted, or services performed in accordance with the manner of performance set forth
in the contract.
If it is later determined by the City that the Contractor had an excusable reason for not
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond
the control of the Contractor, the City, after setting up a new delivery of performance
schedule, may allow the Contractor to continue work, or treat the termination as a
termination for convenience.
(3) Opportunity to Cure (General Provision) The City in its sole discretion may, in the
case of a termination for breach or default, allow the Contractor five (5) in which to cure
the defect. In such case, the notice of termination will state the time period in which cure
is permitted and other appropriate conditions
If Contractor fails to remedy to the City’s satisfaction the breach or default of any of the
terms, covenants, or conditions of this Contract within ten (10) days after receipt by
Contractor of written notice from the City setting forth the nature of said breach or default,
the City shall have the right to terminate the Contract without any further obligation to
Contractor. Any such termination for default shall not in any way operate to preclude the
City from also pursuing all available remedies against Contractor and its sureties for said
breach or default.
(4) Waiver of Remedies for any Breach In the event that the City elects to waive its
remedies for any breach by Contractor of any covenant, term or condition of this Contract,
such waiver by the City shall not limit the City’s remedies for any succeeding breach of
that or of any other term, covenant, or condition of this Contract.
(5) Termination for Default (Construction) If the Contractor refuses or fails to prosecute
the work or any separable part, with the diligence that will insure its completion within the
time specified in this contract or any extension or fails to complete the work within this
time, or if the Contractor fails to comply with any other provisions of this contract, the City
may terminate this contract for default. The City shall terminate by delivering to the
Contractor a Notice of Termination specifying the nature of the default. In this event, the
City may take over the work and compete it by contract or otherwise, and may take
possession of and use any materials, appliances, and plant on the work site necessary
for completing the work. The Contractor and its sureties shall be liable for any damage to
the City resulting from the Contractor's refusal or failure to complete the work within
specified time, whether or not the Contractor's right to proceed with the work is
terminated. This liability includes any increased costs incurred by the City in completing
the work.
The Contractor's right to proceed shall not be terminated nor the Contractor charged with
damages under this clause if-
(i) the delay in completing the work arises from unforeseeable causes beyond the control
and without the fault or negligence of the Contractor. Examples of such causes include:
acts of God, acts of the City, acts of another Contractor in the performance of a contract
with the City, epidemics, quarantine restrictions, strikes, freight embargoes; and
(ii) the Contractor, within 10 days from the beginning of any delay, notifies the City in
writing of the causes of delay. If in the judgment of the City, the delay is excusable, the
time for completing the work shall be extended. The judgment of the City shall be final
and conclusive on the parties, but subject to appeal under the Disputes clauses.
If, after termination of the Contractor's right to proceed, it is determined that the
Contractor was not in default, or that the delay was excusable, the rights and
obligations of the parties will be the same as if the termination had been issued for
the convenience of the City.
18. Suspension and Debarment
Background and Applicability
In conjunction with the Office of Management and Budget and other affected Federal
agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This
government-wide regulation implements Executive Order 12549, Debarment and
Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101
note (Section 2455, Public Law 103-
355, 108 Stat. 3327).
The provisions of Part 29 apply to all grantee contracts and subcontracts at any level
expected to equal or exceed $25,000 as well as any contract or subcontract (at any level)
for Federally required auditing services. 49 CFR 29.220(b). This represents a change
from prior practice in that the dollar threshold for application of these rules has been
lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in
the regulation as “covered transactions.”
Grantees, Contractors, and subcontractors (at any level) that enter into covered
transactions are required to verify that the entity (as well as its principals and affiliates)
they propose to contract or subcontract with is not excluded or disqualified. They do this
by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that
person, or (c) Adding a clause or condition to the contract or subcontract. This represents
a change from prior practice in that certification is still acceptable but is no longer required.
49 CFR 29.300.
Grantees, Contractors, and subcontractors who enter into covered transactions also must
require the entities they contract with to comply with 49 CFR 29, subpart C and include
this requirement in their own subsequent covered transactions (i.e., the requirement flows
down to subcontracts at all levels).
Clause Language
The following clause language is suggested, not mandatory. It incorporates the optional
method of verifying that contractors are not excluded or disqualified by certification.
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the
Contractor is required to verify that none of the Contractor, its principals, as defined at 49
CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as
defined at 49 CFR 29.940 and 29.945.
The Contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it
enters into.
By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:
The certification in this clause is a material representation of fact relied upon by the City.
If it is later determined that the bidder or proposer knowingly rendered an erroneous
certification, in addition to remedies available to the City, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment. The
bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while
this offer is valid and throughout the period of any contract that may arise from this offer.
The bidder or proposer further agrees to include a provision requiring such compliance in
its lower tier covered transactions.
19. Civil Rights
The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended,
42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42
U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §
12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not
discriminate against any employee or applicant for employment because of race, color,
creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply
with applicable Federal implementing regulations and other implementing requirements
FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity
requirements apply to the underlying contract:
(i) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332,
the Contractor agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"
41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal
Employment Opportunity," as amended by Executive Order No. 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e
note), and with any applicable Federal statutes, executive orders, regulations, and
Federal policies that may in the future affect construction activities undertaken in the
course of the Project. The Contractor agrees to take affirmative action to ensure that
applicants are employed, and that employees are treated during employment, without
regard to their race, color, creed, national origin, sex, or age. 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. In addition, the
Contractor agrees to comply with any implementing requirements FTA may issue.
(ii) Age - In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. §§ 623 and Federal transit law at 49 U.S.C. § 5332, the
Contractor agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, the Contractor agrees to comply with any
implementing requirements FTA may issue.
(iii) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29
C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the
Contractor agrees to comply with any implementing requirements FTA may issue.
(3) The Contractor also agrees to include these requirements in each subcontract
financed in whole or in part with Federal assistance provided by FTA, modified only if
necessary to identify the affected parties.
20. Disputes
Applicability to Contracts
All contracts in excess of $100,000 shall contain provisions or conditions which will allow
for administrative, contractual, or legal remedies in instances where Contractors violate
or breach contract terms, and provide for such sanctions and penalties as may be
appropriate. This may include provisions for bonding, penalties for late or inadequate
performance, retained earnings, liquidated damages or other appropriate measures.
Flow Down
The Breaches and Dispute Resolutions requirements flow down to all tiers.
Model Clauses/Language
FTA does not prescribe the form or content of such provisions. What provisions are
developed will depend on the circumstances and the type of contract. The following
clauses are examples of provisions from various FTA third party contracts.
Disputes - Disputes arising in the performance of this Contract which are not resolved by
agreement of the parties shall be decided in writing by the authorized representative of
the City. This decision shall be final and conclusive unless within ten (10) days from the
date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to
the City. In connection with any such appeal, the Contractor shall be afforded an
opportunity to be heard and to offer evidence in support of its position. The decision of
the City shall be binding upon the Contractor and the Contractor shall abide be the
decision.
Performance During Dispute - Unless otherwise directed by the City, Contractor shall
continue performance under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to
person or property because of any act or omission of the party or of any of his employees,
agents or others for whose acts he is legally liable, a claim for damages therefor shall be
made in writing to such other party within a reasonable time after the first observance of
such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes
and other matters in question between the City and the Contractor arising out of or relating
to this agreement or its breach will be decided by arbitration if the parties mutually agree,
or in a court of competent jurisdiction within the State in which the City is located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents
and the rights and remedies available thereunder shall be in addition to and not a
limitation of any duties, obligations, rights and remedies otherwise imposed or available
by law. No action or failure to act by the City, Engineer or Contractor shall constitute a
waiver of any right or duty afforded any of them under the Contract, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach thereunder,
except as may be specifically agreed in writing.
21. Disadvantaged Business Enterprises
Background and Applicability
The newest version on the Department of Transportation’s Disadvantaged Business
Enterprise (DBE) program became effective July 16, 2003. The rule provides guidance to
grantees on the use of overall and contract goals, requirement to include DBE provisions
in subcontracts, evaluating DBE participation where specific contract goals have been
set, reporting requirements, and replacement of DBE subcontractors. Additionally, the
DBE program dictates payment terms and conditions (including limitations on retainage)
applicable to all subcontractors regardless of whether they are DBE firms or not.
The DBE program applies to all DOT-assisted contracting activities. A formal clause such
as that below must be included in all contracts above the micro-purchase level. The
requirements of clause subsection b flow down to subcontracts.
A substantial change to the payment provisions in this newest version of Part 26 concerns
retainage (see section 26.29). Grantee choices concerning retainage should be reflected
in the language choices in clause subsection (D).
Clause Language
The following clause language is suggested, not mandatory. It incorporates the payment
terms and conditions applicable to all subcontractors based in Part 26 as well as those
related only to DBE subcontractors. The suggested language allows for the options
available to grantees concerning retainage, specific contract goals, and evaluation of DBE
subcontracting participation when specific contract goals have been established.
(A) This contract is subject to the requirements of Title 49, CFR, Part 26, Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs. The national goal for participation of Disadvantaged Business
Enterprises (DBE) is 10%. A separate contract goal of 18% DBE participation has been
established for this procurement.
(B) The Contractor shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The Contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted
contract. Failure by the Contractor to carry out these requirements is a material breach of
this contract, which may result in the termination of this contract or such other remedy as
the City deems appropriate. Each subcontract the Contractor signs with a subcontractor
must include the assurance in this paragraph (see 49 CFR 26.13(b)).
(C) Bidders/offerors are required to document sufficient DBE participation to meet these
goals or, alternatively, document adequate good faith efforts to do so, as provided for in
49 CFR 26.53. Award of this contract is conditioned on submission of the following
concurrent with and accompanying sealed bid:
(i) The names and addresses of DBE firms that will participate in this contract;
(ii) A description of the work each DBE will perform;
(iii) The dollar amount of the participation of each DBE firm participating;
(iv) Written documentation of the bidder/offeror’s commitment to use a DBE subcontractor
whose participation it submits to meet the contract goal;
(v) Written confirmation from the DBE that it is participating in the contract as provided in
the prime Contractor’s commitment; and
(vi) If the contract goal is not met, evidence of good faith efforts to do so.
Bidders must present the information required above as included in the bid forms (see
49 CFR 26.53(3)).
(D) The Contractor is required to pay its subcontractors performing work related to this
contract for satisfactory performance of that work no later than 30 days after the
Contractor’s receipt of payment for that work from the City. In addition, the Contractor is
required to return any retainage payments to those subcontractors within 30 days
after incremental acceptance of the subcontractor’s work by the City and
Contractor’s receipt of the partial retainage payment related to the subcontractor’s
0.5%
work.
(E) The Contractor must promptly notify the City, whenever a DBE subcontractor
performing work related to this contract is terminated or fails to complete its work, and
must make good faith efforts to engage another DBE subcontractor to perform at least
the same amount of work. The Contractor may not terminate any DBE subcontractor and
perform that work through its own forces or those of an affiliate without prior written
consent of the City.
22. Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms and Conditions
required by DOT, whether or not expressly set forth in the preceding contract provisions.
All contractual provisions required by DOT, as set forth in FTA Circular 4220.1E, are
hereby incorporated by reference. Anything to the contrary herein notwithstanding, all
FTA mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The Contractor shall not perform any act, fail to
perform any act, or refuse to comply with any (name of grantee) requests which would
cause (name of grantee) to be in violation of the FTA terms and conditions.
APPENDIX APPENDIX 5 APPENDIX D – DAVIS-BACON WAGE DETERMINATION
"General Decision Number: CA20250012 09/05/2025
Superseded General Decision Number: CA20240012
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
County: San Luis Obispo County in California.
BUILDING, DREDGING (does not include hopper dredge work), HEAVY
(does not include water well drilling, AND 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 $17.75 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 2025. |
|______________________________|_____________________________|
|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: | $13.30 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2025. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2025
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 1/24
1 01/10/2025
2 01/24/2025
3 02/07/2025
4 02/21/2025
5 02/28/2025
6 06/06/2025
7 07/04/2025
8 08/01/2025
9 08/08/2025
10 08/15/2025
11 08/22/2025
12 09/05/2025
ASBE0005-002 09/01/2024
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
protective coverings,
coatings, and finishes to all
types of mechanical systems).....$ 56.32 26.52
Fire Stop Technician
(Application of Firestopping
Materials for wall openings
and penetrations in walls,
floors, ceilings and curtain
walls)...........................$ 39.94 20.65
----------------------------------------------------------------
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
----------------------------------------------------------------
BOIL0092-004 01/01/2024
Area within a 25 mile radius of City of Santa Maria
Rates Fringes
BOILERMAKER......................$ 51.98 42.11
----------------------------------------------------------------
BOIL0549-007 01/01/2021
Remainder of County outside a 25 mile radius of City of Santa
Maria
Rates Fringes
BOILERMAKER......................$ 45.60 38.99
----------------------------------------------------------------
* BRCA0004-006 05/01/2024
Rates Fringes
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 2/24
BRICKLAYER; MARBLE SETTER........$ 45.53 20.29
*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 ($3.00) above the
standard San Bernardino/Riverside County hourly wage rate
----------------------------------------------------------------
BRCA0018-008 06/01/2024
Rates Fringes
MARBLE FINISHER..................$ 43.38 15.36
TILE FINISHER....................$ 37.96 13.77
----------------------------------------------------------------
BRCA0018-011 06/01/2023
Rates Fringes
TILE LAYER.......................$ 48.29 19.18
----------------------------------------------------------------
CARP0213-001 01/01/2024
Rates Fringes
CARPENTER
(1) Carpenter, Cabinet
Installer, Insulation
Installer, Hardwood Floor
Worker and acoustical
installer...................$ 48.86 22.88
(2) Millwright..............$ 49.36 22.88
(3) Piledrivermen/Derrick
Bargeman, Bridge or Dock
Carpenter, Heavy Framer,
Rock Bargeman or Scowman,
Rockslinger, Shingler
(Commercial)................$ 48.99 22.88
(4) Pneumatic Nailer,
Power Stapler...............$ 51.85 16.28
(5) Sawfiler...............$ 51.69 16.28
(6) Scaffold Builder.......$ 40.77 22.38
(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
----------------------------------------------------------------
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 3/24
CARP0213-004 01/01/2024
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER....$ 48.86 22.88
STOCKER/SCRAPPER............$ 20.80 9.97
----------------------------------------------------------------
CARP0721-001 07/01/2021
Rates Fringes
Modular Furniture Installer......$ 21.85 7.15
----------------------------------------------------------------
ELEC0639-001 06/01/2025
Rates Fringes
Electricians
Wireman/Technician..........$ 55.50 24.42
FOOTNOTES:
CABLE SPLICER: 10% additional per hour above
Wireman/Technician basic hourly rate.
Work from trusses, swinging scaffolds, open ladders,
scaffolds, bosun chairs, stacks or towers, where subject to
a direct fall from the ground floor or support structure
from a distance of fifty (50) feet to ninety (90) feet: to
be paid time and one-half. Work from trusses, swinging
scaffolds, open ladders, scaffolds, bosun chairs, stacks or
towers, where subject to a direct fall from the ground
floor or support structure from a distance over ninety (90)
feet: to be paid double the regular straight time rate of
pay. Where workers are required to work under compressed
air or in areas where injurious gases, dust or fumes are
present in amounts necessitating the use of gas masks or
self-contained breathing apparatus (particle masks are not
considered self-contained breathing apparatus) or where
workers work on poles at a distance of seventy-five (75)
feet or more from the ground: to be paid a bonus of
straight time pay. This shall be at a minimum of one hour,
and thereafter, each succeeding hour or fraction thereof
shall constitute an hour at the bonus rate. Tunnel work:
to be paid at the time and one-quarter hourly rate.
All employers may request workmen to report direct to a job
within a free zone to include everything west of ten (10)
miles east of Highway 101, as the crow flies, and then (10)
miles north and south of Highway 46, as the crow flies, to
the junction of Highway 41 and Highway 46. Everything
outside this area shall be paid at full subsistence provide
said job is of five (5) days duration or more and provide
there is storage on the job for the Employee's tools. The
Employer will be responsible for loss of tools under such
circumstances. (Road: The most direct route on a surfaced
road).
On all jobs or projects outside the free zone, as stated
above, Employees may be required to report to the job site
in their own transportation at the regular starting time
and remain on the job site until the regular quitting time
and these shall be paid at fifty dollars ($50.00) per day
or fifty-one cents ($0.51) per mile for each road mile from
shop to job and job to shop (round trip). (Day worked shall
mean at least four (4) hours on the job unless sent home on
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 4/24
account of weather, emergency, sickness, or injury).
The Employer shall pay for traveling time and furnish
transportation from shop to job, job to job, and job to
shop. Travel time shall be at the appropriate rate of pay
for that day of the week. (Monday through Friday, straight
time, Saturday and Sunday, double time.)
----------------------------------------------------------------
ELEC0639-003 06/30/2025
COMMUNICATIONS AND SYSTEMS WORK
SAN LUIS OBISPO COUNTY
Rates Fringes
Communications System
Installer...................$ 49.73 17.54
Technician..................$ 30.89 11.66
SCOPE OF WORK: Installation, testing, service and maintenance
of systems utilizing the transmission and/or transference
of voice, sound, vision and digital for commercial,
educational, security and entertainment purposes for the
following: TV monitoring and surveillance, background -
foreground music, intercom and telephone interconnect,
microwave transmission, multi-media, multiplex, nurse call
systems, radio page, burglar alarms and fire alarm (see
last paragraph below).
Communication Systems that transmit or receive information
and/or control systems that are intrinsic to the above
listed systems; inclusion or exclusion of terminations and
testings of conductors determined by their function;
excluding all other data systems or multiple systems which
include control function or power supply; excluding
installation of raceway systems, conduit systems, line
voltage work, and energy management systems.
Fire alarm work shall be performed at the current inside
electrician total cost package.
----------------------------------------------------------------
ELEC1245-001 01/01/2025
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$ 70.16 24.71
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment).............$ 53.30 22.26
(3) Groundman...............$ 40.76 21.76
(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
----------------------------------------------------------------
ELEV0008-003 01/01/2025
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 5/24
Rates Fringes
ELEVATOR MECHANIC................$ 84.05 38.435+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 08/01/2024
Rates Fringes
OPERATOR: Power Equipment
(DREDGING)
(1) Leverman................$ 64.10 38.75
(2) Dredge dozer............$ 58.13 38.75
(3) Deckmate................$ 58.02 38.75
(4) Winch operator (stern
winch on dredge)............$ 57.47 38.75
(5) Fireman-Oiler,
Deckhand, Bargeman,
Leveehand...................$ 56.93 38.75
(6) Barge Mate..............$ 57.54 38.75
----------------------------------------------------------------
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 6/24
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 7/24
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);
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 8/24
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 9/24
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)
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 10/24
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 11/24
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 12/24
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.
$2.00 additional per hour for INYO and MONO Counties and the
Northern portion of SAN BERNARDINO County as defined below:
That area within the following Boundary: Begin at the
intersection of the northern boundary of Mono County and the
California state line at the point which is the center of
Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then
SE along the entire western boundary of Mono County, until it
reaches Inyo County at the point which is the NE corner of the
Western half of the NW quarter of Section 2, T8S, R29E, MDM.
Continue SSE along the entire western boundary of Inyo County,
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 13/24
until the intersection with Kern County at the point which is
the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM.
Continue E along the Inyo and Kern County boundary until the
intersection with San Bernardino County at that point which is
the SE corner of section 34, T24S, R40E, MDM. Continue E along
the Inyo and San Bernardino County boundary until the point
which is the NE corner of the Western half of the NW quarter of
Section 6, T25S, R42E, MDM. Continue S to that point which is
the SW corner of the NW quarter of Section 6, T27S, R42E, MDM.
Continue E in a straight line to the California and Nevada
state border at the point which is the NW corner of Section 1,
T17N, R14E, San Bernardino Meridian. Then continue NW along
the state line to the starting point, which is the center of
Section 18, T10N, R22E, MDM.
REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE
----------------------------------------------------------------
IRON0433-006 01/01/2025
Rates Fringes
IRONWORKER
Fence Erector...............$ 45.78 26.51
Ornamental, Reinforcing
and Structural..............$ 50.70 35.15
PREMIUM PAY:
$9.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center-Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LABO0220-001 07/01/2025
Rates Fringes
LABORER (TUNNEL)
GROUP 1.....................$ 53.60 25.74
GROUP 2.....................$ 53.92 25.74
GROUP 3.....................$ 54.38 25.74
GROUP 4.....................$ 55.07 25.74
LABORER
GROUP 1.....................$ 46.48 25.95
GROUP 2.....................$ 47.03 25.95
GROUP 3.....................$ 47.58 25.95
GROUP 4.....................$ 49.13 25.95
GROUP 5.....................$ 49.48 25.95
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 14/24
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,
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 15/24
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: Bull gang mucker, track person; Chucktender,
Cabletender; Concrete crew, including rodder and spreader;
Loading and unloading agitator cars; Vibrator person, jack
hammer, pneumatic tools (except driller)
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
----------------------------------------------------------------
LABO0220-004 07/01/2024
Rates Fringes
Brick Tender.....................$ 41.53 22.54
----------------------------------------------------------------
LABO0300-005 07/01/2025
Rates Fringes
Asbestos Removal Laborer.........$ 46.48 25.93
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 07/01/2025
Rates Fringes
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 16/24
LABORER (GUNITE)
GROUP 1.....................$ 55.88 23.77
GROUP 2.....................$ 54.93 23.77
GROUP 3.....................$ 51.39 23.77
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 07/01/2025
Rates Fringes
Laborers: (HORIZONTAL
DIRECTIONAL DRILLING)
(1) Drilling Crew Laborer...$ 47.94 20.86
(2) Vehicle Operator/Hauler.$ 48.11 20.86
(3) Horizontal Directional
Drill Operator..............$ 49.96 20.86
(4) Electronic Tracking
Locator.....................$ 51.96 20.86
Laborers: (STRIPING/SLURRY
SEAL)
GROUP 1.....................$ 49.30 23.97
GROUP 2.....................$ 50.60 23.97
GROUP 3.....................$ 52.61 23.97
GROUP 4.....................$ 54.35 23.97
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 17/24
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 08/06/2025
Rates Fringes
LABORER
PLASTER CLEAN-UP LABORER....$ 46.17 25.97
PLASTER TENDER..............$ 48.72 25.97
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0036-007 07/01/2023
Rates Fringes
Painters:
(1) Repaint Including Lead
Abatement...................$ 25.40 15.87
(2) High Iron & Steel.......$ 32.12 16.03
(3) Journeyman Painter
including Lead Abatement....$ 36.44 18.58
(4) Industrial..............$ 41.42 19.04
(5) All other work..........$ 36.44 18.58
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.
HIGH IRON & STEEL:
Aerial towers, towers, radio towers, smoke stacks, flag poles
(any flag poles that can be finished from the ground with a
ladder excluded), elevated water towers, steeples and domes in
their entirety and any other extremely high and hazardous work,
cooning steel, bos'n chair, or other similar devices, painting
in other high hazardous work shall be classified as high iron &
steel
----------------------------------------------------------------
PAIN0036-008 09/01/2024
Rates Fringes
DRYWALL FINISHER/TAPER...........$ 49.33 26.82
----------------------------------------------------------------
PAIN0169-002 01/01/2023
Rates Fringes
GLAZIER..........................$ 44.33 28.88
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 18/24
----------------------------------------------------------------
PAIN1247-002 01/01/2025
Rates Fringes
SOFT FLOOR LAYER.................$ 45.15 19.43
----------------------------------------------------------------
PLAS0200-001 08/03/2022
Rates Fringes
PLASTERER........................$ 47.37 19.64
----------------------------------------------------------------
PLAS0500-002 07/01/2023
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 44.00 27.11
----------------------------------------------------------------
PLUM0016-001 09/01/2024
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.................$ 57.67 25.63
Work ONLY on strip malls,
light commercial, tenant
improvement and remodel
work........................$ 44.24 23.96
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........................$ 59.48 26.61
----------------------------------------------------------------
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 08/01/2025
Rates Fringes
ROOFER...........................$ 52.63 20.73
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 $1.75 per
hour ""pitch premium"" pay.
----------------------------------------------------------------
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 19/24
SFCA0669-014 01/01/2025
Rates Fringes
SPRINKLER FITTER.................$ 46.42 28.42
----------------------------------------------------------------
SHEE0273-002 08/01/2019
Rates Fringes
SHEET METAL WORKER...............$ 45.48 30.05
HOLIDAYS: New Year's Day, Martin Luther King Day, President's
Day, Good Friday, Memorial Day, Indepdendence Day, Labor
Day, Veterans Day,Thankisgiving Day & Friday after,
Christmas Day
----------------------------------------------------------------
TEAM0011-002 07/01/2025
Rates Fringes
TRUCK DRIVER
GROUP 1....................$ 41.59 35.69
GROUP 2....................$ 41.74 35.69
GROUP 3....................$ 41.87 35.69
GROUP 4....................$ 42.06 35.69
GROUP 5....................$ 42.09 35.69
GROUP 6....................$ 42.12 35.69
GROUP 7....................$ 42.37 35.69
GROUP 8....................$ 42.62 35.69
GROUP 9....................$ 42.82 35.69
GROUP 10....................$ 43.12 35.69
GROUP 11....................$ 43.62 35.69
GROUP 12....................$ 44.05 35.69
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
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 20/24
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 classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 21/24
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate 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. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the 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. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 22/24
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail 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 an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail 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 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.
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 23/24
Washington, DC 20210.
================================================================
END OF GENERAL DECISION"
9/17/25, 4:30 PM SAM.gov
https://sam.gov/wage-determination/CA20250012/12 24/24