Loading...
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