HomeMy WebLinkAbout07-12-2016 Item 12 Community Development Block Grant (CDBG) Curb Ramps 2016 Project Spec 91445
Meeting Date: 7/12/2016
FROM: Daryl R. Grigsby, Director of Public Works
Prepared By: Manny Guzman, Senior Civil Engineer
SUBJECT: COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CURB RAMPS
2016 PROJECT, SPECIFICATION 91445
RECOMMENDATION
1. Award a contract to Victor Concrete, Inc. in the amount of $204,800 for the CDBG Curb
Ramps 2016 project, Specification No. 91445; and
2. Approve a transfer of $133,000 from the design phase of the Street Reconstruction and
Resurfacing Master Account to the projects construction phase.
DISCUSSION
Background
This project consists of the installation of 10 accessible curb ramps in three separate locations.
The ramps will be constructed at Daly and Patricia Drive, Marlene and Patricia Drive and Santa
Rosa Street and Leff Street. These ramps were prioritized for replacement because of
complaints the City has received about the lack of sidewalk access. This project is part of an
ongoing program to construct accessible sidewalk ramps throughout the City of San Luis Obispo.
The program is funded through Community Development Block Grant (CDBG) and City
General funds. The ramps provide access, and implement the requirements of the Americans
with Disabilities Act (ADA) and state accessibility requirements. As such, they meet one of the
basic criteria of CDBG funding – to remove barriers to disabled access.
Bids and Award Recommendation
On May 17, 2016, the City Council authorized the invitation of bids for the CDBG Curb Ramps
2016 project, Specification No. 91445. Three bids were received and opened on June 9, 2016, all
of which exceeded the Engineer’s estimate of $118,000. Victor Concrete, Inc. submitted the
lowest bid of $204,800, which is $86,800 above the Engineer’s estimate. The higher than
estimated bid results appear to be a result of an improved construction market. The City
typically experiences more expensive bids when the number of contractors bidding on projects
declines, which is related to an abundance of available work. Contractors tend to be less
competitive with their bid submittals when the number of contractors bidding declines. During
our last economic boom, it was common for bid submittals to be higher than the engineer’s
estimates due to the contractors having more options for work. Staff anticipated the increase in
the authorization to bid staff report, but not at the current magnitude.
12
Packet Pg. 194
FISCAL IMPACT
This project is included in the 2015-17 Financial Plan, pages 3-109 to 3-111 with a $105,000
budget for the 2016-17 Fiscal Year. The $105,000 consists of CDBG grant money. Additional
funds to support this request are also available in the Street Reconstruction and Resurfacing
Master Account, which has a current available balance of $1,105,923. The current balance of the
Street Reconstruction and Resurfacing Master Account is sufficient to fund the $133,000 project
shortfall and also the construction of the 2016 Roadway Sealing Project. In addition, $1,630,700
will be available for use as part of the 2016-17 Street Reconstruction and Resurfacing budget.
Construction Cost:$204,800
Contingencies:$30,700
Material Testing:$2,000
Printing and Misc:$500
Total Project Cost $238,000
Project Cost by Fundign Sources:
2016-17 Financial Plan:$105,000
Street Reconstruction and Resurfacing Master
Account (90346):$133,000
Total Available:$238,000
CDBG Curb Ramps 2016, Spec. No. 91445
ALTERNATIVE
Reject all bids and direct staff to re-advertise the project. The City Council may choose to reject
all bids and direct staff to re-bid a smaller project. This is not recommended because this will
delay the start of construction for the project and cause conflicts with other City projects that are
scheduled to start construction this summer, including the Annual Street Maintenance Project.
Also a re-bid does not guarantee reduced bid amounts.
Attachments:
a a - Bid Summary
b b - Copy of Original CAR
c c - Agreement
12
Packet Pg. 195
It
e
m
#
I
t
e
m
De
s
c
r
i
p
t
i
o
n
Q
u
a
n
t
i
t
y
Un
i
t
of
Me
a
s
u
r
e
U
n
i
t
Pr
i
c
e
I
t
e
m
To
t
a
l
Un
i
t
Pr
i
c
e
I
t
e
m
To
t
a
l
Un
i
t
Pr
i
c
e
I
t
e
m
TotalUnit PriceItem Total
1
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
PA
T
R
I
C
I
A
DR
I
V
E
AN
D
DA
L
Y
AV
E
.
SO
U
T
H
W
E
S
T
CO
R
N
E
R
(S
H
E
E
T
3)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
0
,
0
0
0
.
0
0
$2
0
,
0
0
0
.
0
0
$22,997.94 $22,997.94
2
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
PA
T
R
I
C
I
A
DR
I
V
E
AN
D
DA
L
Y
AV
E
.
NO
R
T
H
W
E
S
T
CO
R
N
E
R
(S
H
E
E
T
4)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$22,773.99 $22,773.99
3
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
PA
T
R
I
C
I
A
DR
I
V
E
AN
D
DA
L
Y
AV
E
.
SO
U
T
H
E
A
S
T
CO
R
N
E
R
(S
H
E
E
T
5)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
0
,
4
0
0
.
0
0
$2
0
,
4
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$24,802.18 $24,802.18
4
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
PA
T
R
I
C
I
A
DR
I
V
E
AN
D
DA
L
Y
AV
E
.
NO
R
T
H
E
A
S
T
CO
R
N
E
R
(S
H
E
E
T
6)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
0
,
0
0
0
.
0
0
$2
0
,
0
0
0
.
0
0
$2
0
,
0
0
0
.
0
0
$2
0
,
0
0
0
.
0
0
$17,797.81 $17,797.81
5
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
PA
T
R
I
C
I
A
DR
I
V
E
AN
D
MA
R
L
E
N
E
DR
I
V
E
SO
U
T
H
CO
R
N
E
R
(S
H
E
E
T
7)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
0
,
4
0
0
.
0
0
$2
0
,
4
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$18,008.60 $18,008.60
6
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
PA
T
R
I
C
I
A
DR
I
V
E
AN
D
MA
R
L
E
N
E
DR
I
V
E
NO
R
T
H
CO
R
N
E
R
(S
H
E
E
T
8)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
0
,
4
0
0
.
0
0
$2
0
,
4
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$2
2
,
0
0
0
.
0
0
$17,883.36 $17,883.36
7
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
SA
N
T
A
RO
S
A
ST
R
E
E
T
AN
D
LE
F
F
ST
R
E
E
T
SO
U
T
H
CO
R
N
E
R
(S
H
E
E
T
9)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$2
0
,
5
0
0
.
0
0
$2
0
,
5
0
0
.
0
0
$2
3
,
0
0
0
.
0
0
$2
3
,
0
0
0
.
0
0
$22,981.99 $22,981.99
8
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
SA
N
T
A
RO
S
A
ST
R
E
E
T
AN
D
LE
F
F
ST
R
E
E
T
WE
S
T
CO
R
N
E
R
(S
H
E
E
T
10
)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$1
8
,
0
0
0
.
0
0
$1
8
,
0
0
0
.
0
0
$2
3
,
0
0
0
.
0
0
$2
3
,
0
0
0
.
0
0
$24,283.10 $24,283.10
9
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
SA
N
T
A
RO
S
A
ST
R
E
E
T
AN
D
LE
F
F
ST
R
E
E
T
NO
R
T
H
CO
R
N
E
R
(S
H
E
E
T
11
)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$1
7
,
5
0
0
.
0
0
$1
7
,
5
0
0
.
0
0
$1
8
,
0
0
0
.
0
0
$1
8
,
0
0
0
.
0
0
$15,188.36 $15,188.36
10
CU
R
B
RA
M
P
IM
P
R
O
V
E
M
E
N
T
S
AT
SA
N
T
A
RO
S
A
ST
R
E
E
T
AN
D
LE
F
F
ST
R
E
E
T
EA
S
T
CO
R
N
E
R
(S
H
E
E
T
12
)
1
L
S
$1
0
,
0
0
0
.
0
0
$1
0
,
0
0
0
.
0
0
$1
7
,
5
0
0
.
0
0
$1
7
,
5
0
0
.
0
0
$1
8
,
0
0
0
.
0
0
$1
8
,
0
0
0
.
0
0
$20,541.54 $20,541.54
11
S
I
D
E
W
A
L
K
1
0
0
S
Q
F
T
$55
.
0
0
$5,
5
0
0
.
0
0
$7.
0
0
$70
0
.
0
0
$20
.
0
0
$2,
0
0
0
.
0
0
$66.57 $6,657.00
12
C
U
R
B
AN
D
GU
T
T
E
R
5
0
L
F
$60
.
0
0
$3,
0
0
0
.
0
0
$50
.
0
0
$2,
5
0
0
.
0
0
$10
0
.
0
0
$5,
0
0
0
.
0
0
$133.13 $6,656.50
13
D
E
C
O
R
A
T
I
V
E
CO
N
C
R
E
T
E
1
0
0
S
Q
F
T
$65
.
0
0
$6,
5
0
0
.
0
0
$9.
0
0
$90
0
.
0
0
$40
.
0
0
$4,
0
0
0
.
0
0
$12.55 $1,255.00
14
A
S
P
H
A
L
T
CO
N
C
R
E
T
E
2
0
0
S
Q
F
T
$15
.
0
0
$3,
0
0
0
.
0
0
$10
.
0
0
$2,
0
0
0
.
0
0
$15
.
0
0
$3,
0
0
0
.
0
0
$48.56 $9,712.00
$1
1
8
,
0
0
0
.
0
0
$2
0
4
,
8
0
0
.
0
0
$2
2
4
,
0
0
0
.
0
0
$231,539.37
To
t
a
l
Bi
d
Am
o
u
n
t
CD
B
G
Cu
r
b
Ra
m
p
s
20
1
6
Sp
e
c
i
f
i
c
a
t
i
o
n
No
.
91
4
4
5
Bi
d
Op
e
n
i
n
g
:
06
/
0
9
/
1
6
* ma
r
k
s
an
al
l
o
w
a
n
c
e
En
g
i
n
e
e
r
'
s
Es
t
i
m
a
t
e
V
i
c
t
o
r
Co
n
c
r
e
t
e
M
a
i
n
o
Co
n
s
t
r
u
c
t
i
o
n
S
Chaves Construction 12.a
Packet Pg. 196
At
t
a
c
h
m
e
n
t
:
a
-
B
i
d
S
u
m
m
a
r
y
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
Meeting Date: 5/17/2016
FROM: Daryl Grigsby, Director of Public Works
Prepared By: David Athey, Supervising Civil Engineer
SUBJECT: COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CURB RAMPS
2016 PROJECT, SPECIFICATION NO. 91445
RECOMMENDATION
1. Approve Plans and Specifications for the Community Development Block Grant (CDBG)
Curb Ramps 2016 project, Specification No. 91445; and
2. Authorize staff to advertise for bids and authorize the City Manager to award the contract if
the lowest responsible bid is within the Engineer’s Estimate of $118,000.
DISCUSSION
This project is part of an ongoing program to construct sidewalk ramps throughout the City of
San Luis Obispo. The program is partially funded through Community Development Block
Grant (CDBG) and City General funds. The ramps provide access, and implement the
requirements of the Americans with Disabilities Act (ADA) and state accessibility requirements.
As such, they meet one of the fundamental criteria of CDBG funding – to provide access to the
disabled.
In anticipation of future work in Pavement Maintenance Areas 1 and 8, a number of non -
compliant curb ramps will be upgraded. The project consists of ten corners with existing ramps
that do not meet current accessibility regulations. The ramps were selected based on their
location along a major arterial (Santa Rosa) or past accessibility complaints (Patricia Drive).
Replacement of the selected ramps will provide continuous access along both street corridors.
Recent data collection shows the City has 2,436 intersection locations where pedestrians cross
the street. 690 (28%) corners meet current ADA standards. 1229 (50%) crossing locations
already have a transition ramp provided. However, many of these ramps were built years ago
and do not conform to the latest accessibility standards, e.g., having steep grades, having steep
cross-slopes or not having the required truncated domes. The remaining 535 (22%) crossing
points continue to have a curb between the street and sidewalk.
Currently, city practice is to prioritize ADA ramp compliance construction or retrofit on streets
scheduled for near future paving and to individual requests made by citizens. In addition to
CDBG ramp upgrades, the City also upgrades ADA access through other Capital Improveme nt
Projects. Recent upgrade examples include two additional ADA parking spaces at the
17
Packet Pg. 359
12.b
Packet Pg. 197
At
t
a
c
h
m
e
n
t
:
b
-
C
o
p
y
o
f
O
r
i
g
i
n
a
l
C
A
R
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
Sinsheimer Pool facility, a ramp and upgraded parking spaces for City Hall, and upcoming
accessible restroom facilities at Fire Station 2.
ENVIRONMENTAL REVIEW
This project uses Federal CDBG funds, and National Environmental Protection Act clearance
has been obtained through the County of San Luis Obispo. A Categorical Exemption of
Environmental Impact, in compliance with the California Environmental Quality Act has been
obtained from the Community Development Department.
FISCAL IMPACT
This project is included in the 2015-17 Financial Plan, pages 3-109 to 3-111. The total
anticipated budget needed for project construction is $153,600. The current project budget is
105,000, which leaves a $48,600 shortfall. Therefore, staff recommends that additional funds
be allocated from the Street Reconstruction and Resurfacing Master Account to complete the
needed budget. The Street Reconstruction and Resurfacing Account currently has a balance of
499,665 of which $300,000 is available for this project and the 2016 Roadway Sealing Project.
A Budget Amendment Request will be completed at the time of contract award to transfer
funding into this project’s account.
CDBG CURB RAMPS 2016, SPECIFICATION NO. 91445
Proposed Funding by Source Construction Costs Estimate
2015 CDBG Grant: $105,000 Construction: $118,000
R&R Master Account (90346) $48,600 Contingencies: $33,600
Materials Testing: $1,500
Printing: $500
Total $153,600 Total for Construction $153,600
ALTERNATIVES
Deny authorization to advertise. The City Council may choose not to authorize project
advertisement. This is not recommended because the CDBG Curb Ramp project is mostly
supported by grant money and the project provides ADA access to City sidewalks.
Attachments:
a - Council Reading File - 91445 Plans
b - Council Reading File - Curb Ramps 2016 Specials
17
Packet Pg. 360
12.b
Packet Pg. 198
At
t
a
c
h
m
e
n
t
:
b
-
C
o
p
y
o
f
O
r
i
g
i
n
a
l
C
A
R
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
1 of 30
CITY OF SAN LUIS OBISPO
CALIFORNIA
AGREEMENT
THIS AGREEMENT, made on this day of , 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 VICTOR CONCRETE INC., (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
CDBG CURB RAMPS 2016, Specification No. 91445
in strict accordance 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 Item Unit of Estimated Item Price Total
No. Description Measure Quantity (in figures) (in figures)
1
Curb Ramp Improvements at
Patricia Drive and Daly Ave.
Southwest Corner (Sheet 3)
LS 1
$22,000.00 $22,000.00
2
Curb Ramp Improvements at
Patricia Drive and Daly Ave.
Northwest Corner (Sheet 4)
LS 1
$22,000.00 $22,000.00
3
Curb Ramp Improvements at
Patricia Drive and Daly Ave.
Southeast Corner (Sheet 5)
LS 1 $20,400.00 $20,400.00
4
Curb Ramp Improvements at
Patricia Drive and Daly Ave.
Northeast Corner (Sheet 6)
LS 1
$20,000.00 $20,000.00
5
Curb Ramp Improvements at
Patricia Drive and Marlene Drive
South Corner (Sheet 7)
LS 1
$20,400.00 $20,400.00
6
Curb Ramp Improvements at
Patricia Drive and Marlene Drive
North Corner (Sheet 8)
LS 1
$20,400.00 $20,400.00
7
Curb Ramp Improvements at Santa
Rosa Street and Leff Street South
Corner (Sheet 9)
LS 1
$20,500.00 $20,500.00
8
Curb Ramp Improvements at Santa
Rosa Street and Leff Street West
Corner (Sheet 10)
LS 1
$18,000.00 $18,000.00
12.c
Packet Pg. 199
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
2 of 30
Item Item Unit of Estimated Item Price Total
No. Description Measure Quantity (in figures) (in figures)
9
Curb Ramp Improvements at Santa
Rosa Street and Leff Street North
Corner (Sheet 11)
LS 1
$17,500.00 $17,500.00
10
Curb Ramp Improvements at Santa
Rosa Street and Leff Street East
Corner (Sheet 12)
LS 1 $17,500.00 $17,500.00
11 Sidewalk SQFT 100 $7.00 $700.00
12 Curb and Gutter LF 50 $50.00 $2,500.00
13 Decorative Concrete SQFT 100 $9.00 $900.00
14 Asphalt Concrete SQFT 200 $10.00 $2,000.00
BID TOTAL: $204,800.00
Payments are to be made to the Contractor in accordance 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.
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:
Notice to Bidders, Bid Forms, and information for bidders.
Standard Specifications, Engineering Standards, Special Provisions, and any Addenda.
Caltrans Standard Specifications and Plans 2010
Accepted Bid.
Plans.
Bid Item List for CDBG Curb Ramps 2016
List of Subcontractors.
Public Contract Code Sections 10285.1 Statement.
Public Contract Code Section 10162 Questionnaire.
Public Contract Code Section 10232 Statement.
Labor Code Section 1725.5 Statements.
Non-collusion Declaration.
Bidder Acknowledgements.
Qualifications.
Attach Bidders Bond to Accompany Bid.
A Bidder’s List of Subcontractors (DBE and Non-DBE).
Equal Employment Opportunity Certification.
Debarment and Suspension Certification.
Non-lobbying Certification for Federal-Aid Contracts.
Labor Standards and Prevailing Wage Requirements Contractor’s Certification.
Labor Standards and Prevailing Wage Requirements Subcontractor’s Certification.
DBE Bidder Commitment.
DEB Information - Good Faith Efforts.
Bidder DBE Information.
Disclosure of Lobbying Activities.
Final Report Utilization of Disadvantaged Businesses.
Agreement and Bonds.
Insurance Requirements and Forms.
12.c
Packet Pg. 200
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
3 of 30
Appendix B – Requirements for Federally Assisted Construction Projects funded with Community Development
Block Grants.
ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend,
indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and
all claims asserted or liability established for damages or injuries to any person or property, including injury to
the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to
be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the
work or services herein, and all expenses of investigating and defending against same; provided, however, that
the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or employees. In the event of
conflict with any other indemnification or hold harmless provisions of this Agreement, the provision that
provides the most protection to the City shall apply.
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.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first
above written.
ATTEST: CITY OF SAN LUIS OBISPO
__________________________ By: _________________________
City Clerk Jan Howell Marx, Mayor
APPROVED AS TO FORM: CONTRACTOR:
Victor Concrete Inc.
By: __________________________
J. Christine Dietrick Victor Granillo
City Attorney Its: President
(Rev. 4-15-10)
12.c
Packet Pg. 201
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
4 of 30
CONTRACTOR'S CERTIFICATION
CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS
Applies to all Contracts
To: City of San Luis Obispo
Public Works Dept. Date:
919 Palm Street, San Luis Obispo, CA Project Number: 91445
Project Name: CDBG CURB RAMPS 2016 C/O: City Engineer
1. The undersigned, having executed a contract with the City of San Luis Obispo for the
construction of the above-identified project, acknowledges that:
(a) The Labor Standards Provisions are included in the aforesaid contract.
(b) Correction of any infractions of the aforesaid conditions, including infractions by any of
his subcontractors and any lower tier subcontractors, is his responsibility:
2. He certifies that:
(a) Neither he nor any firm, partnership or association in which he has substantial interest
is designated as an ineligible contractor by the Comptroller General of the United States
pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part
5) or pursuant to Section 3(a) of the Davis-Bacon Act, as amended (40 U.S.C. 276a-2(a)).
(b) No part of the aforementioned contract has been or will be subcontracted to any
subcontractor if such subcontractor or any firm, corporation, partnership or association in
which such subcontractor has a substantial interest is designated as an eligible contractor
pursuant to any of the aforementioned regulatory or statutory provisions.
3. He agrees to obtain and forward to the aforementioned recipient within ten days after the
execution of any subcontract, including those executed by his subcontractors and an lower tier
subcontractors, a Subcontractor's Certification Concerning Labor Standards and Prevailing
Wage Requirements executed by the subcontractors.
4. He certifies that:
(a) The legal name and the business address of the undersigned are:
_________________________________________________
_________________________________________________
_________________________________________________
_________________________________________________
(b) The undersigned is:
A Single proprietorship
A Corporation organized in the State of
A Partnership
Other Organization (Describe)_________________________________
Signature: Name and Title:
12.c
Packet Pg. 202
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
5 of 30
LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS
SUBCONTRACTOR'S CERTIFICATION
(Contractor to execute with subcontractors and forward to City along with signed contract and bonds)
To: City of San Luis Obispo/Public Works Dept. Date:
919 Palm Street, San Luis Obispo, CA Project Number: 91445
C/O: City Engineer Project Name: CDBG Curb Ramps 2016
1. The undersigned, having executed a contract with
(Contractor or Subcontractor)
for in the amount of $ in
(Nature of Work)
the construction of the above-identified project, certifies that:
(a) The Labor Standards Provisions of the Contract for Construction are included in the aforesaid contract.
(b) Neither he nor any firm, corporation, partnership or association in which he has a substantial interest is
designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section
5.60(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5), or pursuant to Section 3(a) of the
Davis-Bacon Act, as amended (40 U.S.C. 276a-2(a)).
(c) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such
subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial
interest in designate as an ineligible contractor pursuant to the aforesaid regulatory or statutory provisions.
2. He agrees to obtain and forward to the contractor, for transmittal to the recipient, within ten days after the
execution of any lower subcontract, a Subcontractor's Certification Concerning Labor Standards and Prevailing
Wage Requirements, executed by the lower tier subcontractor, in duplicate.
3. He certifies that:
(b) The legal name and the business address of the undersigned are:
_________________________________________________
_________________________________________________
_________________________________________________
_________________________________________________
(b) The undersigned is:
A Single proprietorship
A Corporation organized in the State of
A Partnership
Other Organization (Describe)_________________________________
Signature: Name and Title:
12.c
Packet Pg. 203
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
6 of 30
Federal Wage Determination
General Decision Number: CA160019 05/20/2016 CA19
Superseded General Decision Number: CA20150019
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: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.15 for calendar year 2016 applies to all contracts
subject to the Davis-Bacon Act for which the solicitation was
issued on or after January 1, 2015. If this contract is covered
by the EO, the contractor must pay all workers in any
classification listed on this wage determination at least
$10.15 (or the applicable wage rate listed on this wage
determination, if it is higher) for all hours spent performing
on the contract in calendar year 2016. The EO minimum wage rate
will be adjusted annually. Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/08/2016
1 01/15/2016
2 02/26/2016
3 03/04/2016
4 04/01/2016
5 05/20/2016
ASBE0005-002 07/01/2015
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
protective coverings,
coatings, and finishes to all
types of mechanical systems).....$ 36.74 19.49
Fire Stop Technician
(Application of Firestopping
Materials for wall openings
and penetrations in walls,
floors, ceilings and curtain
walls)...........................$ 25.38 16.81
----------------------------------------------------------------
ASBE0005-004 06/29/2015
Rates Fringes
12.c
Packet Pg. 204
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
7 of 30
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)....$ 18.06 10.57
----------------------------------------------------------------
BOIL0092-004 10/01/2012
Area within a 25 mile radius of City of Santa Maria
Rates Fringes
BOILERMAKER......................$ 41.17 28.27
----------------------------------------------------------------
BOIL0549-007 01/01/2013
Remainder of County outside a 25 mile radius of City of Santa
Maria
Rates Fringes
BOILERMAKER......................$ 38.37 31.32
----------------------------------------------------------------
* BRCA0004-006 05/01/2016
Rates Fringes
BRICKLAYER; MARBLE SETTER........$ 36.74 14.46
*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 ($3.00) above the
standard San Bernardino/Riverside County hourly wage rate
----------------------------------------------------------------
BRCA0018-008 06/01/2014
Rates Fringes
MARBLE FINISHER..................$ 28.45 11.38
TILE FINISHER....................$ 23.78 9.84
----------------------------------------------------------------
BRCA0018-011 06/01/2014
Rates Fringes
TILE LAYER.......................$ 35.14 14.33
----------------------------------------------------------------
CARP0409-001 07/01/2015
Rates Fringes
CARPENTER
(1) Carpenter, Cabinet
12.c
Packet Pg. 205
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
8 of 30
Installer, Insulation
Installer, Hardwood Floor
Worker and acoustical
installer...................$ 39.83 11.58
(2) Millwright..............$ 40.90 11.58
(3) Piledrivermen/Derrick
Bargeman, Bridge or Dock
Carpenter, Heavy Framer,
Rock Bargeman or Scowman,
Rockslinger, Shingler
(Commercial)................$ 40.53 11.58
(4) Pneumatic Nailer,
Power Stapler...............$ 37.60 11.58
(5) Sawfiler...............$ 37.44 11.58
(6) Scaffold Builder.......$ 28.55 11.58
(7) Table Power Saw
Operator....................$ 37.45 11.58
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): $0.13 per hour additional.
----------------------------------------------------------------
CARP0409-005 07/01/2015
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER....$ 40.40 15.03
STOCKER/SCRAPPER............$ 10.00 7.17
----------------------------------------------------------------
CARP0409-008 08/01/2010
Rates Fringes
Modular Furniture Installer......$ 17.00 7.41
----------------------------------------------------------------
ELEC0639-001 06/01/2015
Rates Fringes
Electricians
Wireman/Technician..........$ 39.30 18.66
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)
12.c
Packet Pg. 206
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
9 of 30
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 ($0.51) per mile for each road mile from
shop to job and job to shop (round trip). (Day worked shall
mean at least four (4) hours on the job unless sent home on
account of weather, emergency, sickness, or injury).
The Employer shall pay for traveling time and furnish
transportation from shop to job, job to job, and job to
shop. Travel time shall be at the appropriate rate of pay
for that day of the week. (Monday through Friday, straight
time, Saturday and Sunday, double time.)
----------------------------------------------------------------
ELEC0639-003 12/01/2014
COMMUNICATIONS AND SYSTEMS WORK
SAN LUIS OBISPO COUNTY
Rates Fringes
Communications System
Installer...................$ 29.92 12.27
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
12.c
Packet Pg. 207
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
10 of 30
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 06/01/2015
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$ 52.85 15.53
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment)...........$ 42.21 14.32
(3) Groundman...............$ 32.28 14.03
(4) Powderman...............$ 47.19 14.60
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 01/01/2015
Rates Fringes
ELEVATOR MECHANIC................$ 60.39 28.38
FOOTNOTE:
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.
PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day,
Labor Day, Veterans Day, Thanksgiving Day, Friday after
Thanksgiving, and Christmas Day.
----------------------------------------------------------------
ENGI0012-003 07/06/2015
Rates Fringes
OPERATOR: Power Equipment
(All Other Work)
GROUP 1....................$ 39.95 23.35
GROUP 2....................$ 40.73 23.35
12.c
Packet Pg. 208
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
11 of 30
GROUP 3....................$ 41.02 23.35
GROUP 4....................$ 42.51 23.35
GROUP 5....................$ 41.86 23.35
GROUP 6....................$ 41.83 23.35
GROUP 8....................$ 42.84 23.35
GROUP 9....................$ 42.19 23.35
GROUP 10....................$ 42.96 23.35
GROUP 11....................$ 42.31 23.35
GROUP 12....................$ 43.13 23.35
GROUP 13....................$ 43.23 23.35
GROUP 14....................$ 43.26 23.35
GROUP 15....................$ 43.34 23.35
GROUP 16....................$ 43.46 23.35
GROUP 17....................$ 43.63 23.35
GROUP 18....................$ 43.73 23.35
GROUP 19....................$ 43.84 23.35
GROUP 20....................$ 43.96 23.35
GROUP 21....................$ 44.13 23.35
GROUP 22....................$ 44.23 23.35
GROUP 23....................$ 44.34 23.35
GROUP 24....................$ 44.46 23.35
GROUP 25....................$ 44.63 23.35
OPERATOR: Power Equipment
(Cranes, Piledriving &
Hoisting)
GROUP 1....................$ 41.30 23.35
GROUP 2....................$ 42.08 23.35
GROUP 3....................$ 42.37 23.35
GROUP 4....................$ 42.51 23.35
GROUP 5....................$ 42.73 23.35
GROUP 6....................$ 42.84 23.35
GROUP 7....................$ 42.96 23.35
GROUP 8....................$ 43.13 23.35
GROUP 9....................$ 43.30 23.35
GROUP 10....................$ 44.30 23.35
GROUP 11....................$ 45.30 23.35
GROUP 12....................$ 46.30 23.35
GROUP 13....................$ 47.30 23.35
OPERATOR: Power Equipment
(Tunnel Work)
GROUP 1....................$ 41.80 23.35
GROUP 2....................$ 42.58 23.35
GROUP 3....................$ 42.87 23.35
GROUP 4....................$ 43.01 23.35
GROUP 5....................$ 43.23 23.35
GROUP 6....................$ 43.34 23.35
GROUP 7....................$ 43.46 23.35
PREMIUM PAY:
$3.75 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.
12.c
Packet Pg. 209
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
12 of 30
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);
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); Drilling machine
operator, small auger types (Texoma super economatic or
similar types - Hughes 100 or 200 or similar types -
drilling depth of 30' maximum); Equipment greaser (grease
truck); Guard rail post driver operator; Highline cableway
signalman; Hydra-hammer-aero stomper; Micro Tunneling
(above ground tunnel); Power concrete curing machine
operator; Power concrete saw operator; Power-driven jumbo
form setter operator; Power sweeper operator; Rock Wheel
Saw/Trencher; Roller operator (compacting); Screed operator
(asphalt or concrete); Trenching machine operator (up to 6
ft.); Vacuum or much truck
GROUP 5: Equipment Greaser (Grease Truck/Multi Shift).
GROUP 6: Articulating material hauler; Asphalt plant
engineer; Batch plant operator; Bit sharpener; Concrete
joint machine operator (canal and similar type); Concrete
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);
12.c
Packet Pg. 210
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
13 of 30
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; 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; Rock Drill or similar types; Rotary
drill operator (excluding caisson type); Rubber-tired
earth-moving equipment operator (single engine,
caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds. up to and including 50 cu.
yds. struck); Rubber-tired earth-moving equipment operator
(multiple engine up to and including 25 yds. struck);
Rubber-tired scraper operator (self-loading paddle wheel
type-John Deere, 1040 and similar single unit); Self-
propelled curb and gutter machine operator; Shuttle buggy;
Skiploader operator (crawler and wheel type over 1-1/2 yds.
up to and including 6-1/2 yds.); Soil remediation plant
operator; Surface heaters and planer operator; Tractor
compressor drill combination operator; Tractor operator
(any type larger than D-5 - 100 flywheel h.p. and over, or
similar-bulldozer, tamper, scraper and push tractor single
engine); Tractor operator (boom attachments), Traveling
pipe wrapping, cleaning and bendng machine operator;
Trenching machine operator (over 6 ft. depth capacity,
manufacturer's rating); trenching Machine with Road Miner
attachment (over 6 ft depth capacity): Ultra high pressure
waterjet cutting tool system mechanic; Water pull
(compaction) operator
GROUP 9: Heavy Duty Repairman
GROUP 10: Drilling machine operator, Bucket or auger types
(Calweld 200 B bucket or similar types-Watson 3000 or 5000
12.c
Packet Pg. 211
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
14 of 30
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 11: Heavy Duty Repairman - Welder Combination, Welder -
Certified.
GROUP 12: Auto grader operator; Automatic slip form operator;
Drilling machine operator, bucket or auger types (Calweld,
auger 200 CA or similar types - Watson, auger 6000 or
similar types - Hughes Super Duty, auger 200 or similar
types - drilling depth of 175' maximum); Hoe ram or similar
with compressor; Mass excavator operator less tha 750 cu.
yards; Mechanical finishing machine operator; Mobile form
traveler operator; Motor patrol operator (multi-engine);
Pipe mobile machine operator; Rubber-tired earth- moving
equipment operator (multiple engine, Euclid, Caterpillar
and similar type, over 50 cu. yds. struck); Rubber-tired
self- loading scraper operator (paddle-wheel-auger type
self-loading - two (2) or more units)
GROUP 13: Rubber-tired earth-moving equipment operator
operating equipment with push-pull system (single engine,
up to and including 25 yds. struck)
GROUP 14: Canal liner operator; Canal trimmer operator;
Remote- control earth-moving equipment operator (operating
a second piece of equipment: $1.00 per hour additional);
Wheel excavator operator (over 750 cu. yds.)
GROUP 15: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (single engine,
Caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds. and up to and including 50
yds. struck); Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple
engine-up to and including 25 yds. struck)
GROUP 16: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (single engine,
over 50 yds. struck); Rubber-tired earth-moving equipment
operator, operating equipment with push-pull system
(multiple engine, Euclid, Caterpillar and similar, over 25
yds. and up to 50 yds. struck)
GROUP 17: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple engine,
Euclid, Caterpillar and similar, over 50 cu. yds. struck);
12.c
Packet Pg. 212
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
15 of 30
Tandem tractor operator (operating crawler type tractors in
tandem - Quad 9 and similar type)
GROUP 18: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
single engine, up to and including 25 yds. struck)
GROUP 19: Rotex concrete belt operator (or similar types);
Rubber-tired earth-moving equipment operator, operating in
tandem (scrapers, belly dumps and similar types in any
combination, excluding compaction units - single engine,
Caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds.and up to and including 50
cu. yds. struck); Rubber-tired earth-moving equipment
operator, operating in tandem (scrapers, belly dumps and
similar types in any combination, excluding compaction
units - multiple engine, up to and including 25 yds. struck)
GROUP 20: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
single engine, over 50 yds. struck); Rubber-tired
earth-moving equipment operator, operating in tandem
(scrapers, belly dumps, and similar types in any
combination, excluding compaction units - multiple engine,
Euclid, Caterpillar and similar, over 25 yds. and up to 50
yds. struck)
GROUP 21: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
multiple engine, Euclid, Caterpillar and similar type, over
50 cu. yds. struck)
GROUP 22: Rubber-tired earth-moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, up to and including 25 yds. struck)
GROUP 23: Rubber-tired earth-moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, Caterpillar, Euclid, Athey Wagon and
similar types with any and all attachments over 25 yds. and
up to and including 50 yds. struck); Rubber-tired
earth-moving equipment operator, operating with the tandem
push-pull system (multiple engine, up to and including 25
yds. struck)
GROUP 24: Rubber-tired earth-moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, over 50 yds. struck); Rubber-tired
earth-moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar, over 25 yds. and up to 50 yds.
struck)
GROUP 25: Concrete pump operator-truck mounted; Rubber-tired
earth-moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar type, over 50 cu. yds. struck)
12.c
Packet Pg. 213
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
16 of 30
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.); Tower
crane operator and tower gantry
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)
GROUP 12: Crane operator (over 200 tons up to and including
300 tons mrc); Derrick barge operator (over 200 tons up to
and including 300 tons mrc); Hoist operator, stiff legs,
12.c
Packet Pg. 214
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
17 of 30
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,
12.c
Packet Pg. 215
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
18 of 30
T24S, R37E, MDM. Continue W along the Kern and Tulare County
boundary, until that point which is the NW corner of T25S,
R32E, MDM. Continue S following R32E lines to the NW corner of
T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E,
MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue
W to SW corner of SE quarter of Section 34, T32S, R30E, MDM.
Continue S to SW corner of T11N, R17W, SBM. Continue E along
south boundary of T11N, SBM to SW corner of T11N, R7W, SBM.
Continue S to SW corner of T9N, R7W, SBM. Continue E along
south boundary of T9N, SBM to SW corner of T9N, R1E, SBM.
Continue S along west boundary of R1E, SMB to Riverside County
line at the SW corner of T1S, R1E, SBM. Continue E along south
boundary of T1s, SBM (Riverside County Line) to SW corner of
T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to
Imperial County line at the SW corner of T8S, R10E, SBM.
Continue W along Imperial and Riverside county line to NW
corner of T9S, R9E, SBM. Continue S along the boundary between
Imperial and San Diego Counties, along the west edge of R9E,
SBM to the south boundary of Imperial County/California state
line. Follow the California state line west to Arizona state
line, then north to Nevada state line, then continuing NW back
to start at the point which is the NW corner of Section 1,
T17N, R14E, SBM
$1.00 additional per hour for portions of SAN LUIS OBISPO,
KERN, SANTA BARBARA & VENTURA as defined below:
That area within the following Boundary: Begin approximately 5
miles north of the community of Cholame, on the Monterey County
and San Luis Obispo County boundary at the NW corner of T25S,
R16E, Mt. Diablo Meridian. Continue south along the west side
of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW
corner of T30S, R17E, MDM. Continue S to SW corner of T31S,
R17E, MDM. Continue E to SW corner of T31S, R18E, MDM.
Continue S along West side of R18E, MDM as it crosses into San
Bernardino Meridian numbering area and becomes R30W. Follow
the west side of R30W, SBM to the SW corner of T9N, R30W, SBM.
Continue E along the south edge of T9N, SBM to the Santa
Barbara County and Ventura County boundary at that point whch
is the SW corner of Section 34.T9N, R24W, SBM, continue S along
the Ventura County line to that point which is the SW corner of
the SE quarter of Section 32, T7N, R24W, SBM. Continue E
along the south edge of T7N, SBM to the SE corner to T7N, R21W,
SBM. Continue N along East side of R21W, SBM to Ventura County
and Kern County boundary at the NE corner of T8N, R21W.
Continue W along the Ventura County and Kern County boundary to
the SE corner of T9N, R21W. Continue North along the East edge
of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue
West along the north edge of T12N, SBM to the SE corner of
T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM
and T32S MDM]. Continue North along the East side of R21E, MDM
to the Kings County and Kern County border at the NE corner of
T25S, R21E, MDM, continue West along the Kings County and Kern
County Boundary until the intersection of San Luis Obispo
County. Continue west along the Kings County and San Luis
Obispo County boundary until the intersection with Monterey
County. Continue West along the Monterey County and San Luis
Obispo County boundary to the beginning point at the NW corner
of T25S, R16E, MDM.
12.c
Packet Pg. 216
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
19 of 30
$2.00 additional per hour for INYO and MONO Counties and the
Northern portion of SAN BERNARDINO County as defined below:
That area within the following Boundary: Begin at the
intersection of the northern boundary of Mono County and the
California state line at the point which is the center of
Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then
SE along the entire western boundary of Mono County, until it
reaches Inyo County at the point which is the NE corner of the
Western half of the NW quarter of Section 2, T8S, R29E, MDM.
Continue SSE along the entire western boundary of Inyo County,
until the intersection with Kern County at the point which is
the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM.
Continue E along the Inyo and Kern County boundary until the
intersection with San Bernardino County at that point which is
the SE corner of section 34, T24S, R40E, MDM. Continue E along
the Inyo and San Bernardino County boundary until the point
which is the NE corner of the Western half of the NW quarter of
Section 6, T25S, R42E, MDM. Continue S to that point which is
the SW corner of the NW quarter of Section 6, T27S, R42E, MDM.
Continue E in a straight line to the California and Nevada
state border at the point which is the NW corner of Section 1,
T17N, R14E, San Bernardino Meridian. Then continue NW along
the state line to the starting point, which is the center of
Section 18, T10N, R22E, MDM.
REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE
----------------------------------------------------------------
ENGI0012-004 08/01/2015
Rates Fringes
OPERATOR: Power Equipment
(DREDGING)
(1) Leverman................$ 49.50 23.60
(2) Dredge dozer............$ 43.53 23.60
(3) Deckmate................$ 43.42 23.60
(4) Winch operator (stern
winch on dredge)............$ 42.87 23.60
(5) Fireman-Oiler,
Deckhand, Bargeman,
Leveehand...................$ 42.33 23.60
(6) Barge Mate..............$ 42.94 23.60
----------------------------------------------------------------
IRON0377-002 01/01/2016
Rates Fringes
Ironworkers:
Fence Erector...............$ 27.58 20.64
Ornamental, Reinforcing
and Structural..............$ 34.00 29.20
PREMIUM PAY:
$6.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
12.c
Packet Pg. 217
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
20 of 30
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
$4.00 additional per hour at the following locations:
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LABO0220-001 08/01/2015
Rates Fringes
LABORER (TUNNEL)
GROUP 1.....................$ 37.04 16.78
GROUP 2.....................$ 37.36 16.78
GROUP 3.....................$ 38.82 16.78
GROUP 4.....................$ 38.51 16.78
LABORER
GROUP 1.....................$ 31.39 16.78
GROUP 2.....................$ 31.94 16.78
GROUP 3.....................$ 32.49 16.78
GROUP 4.....................$ 34.04 16.78
GROUP 5.....................$ 34.39 16.78
LABORER CLASSIFICATIONS
GROUP 1: Cleaning and handling of panel forms; Concrete
screeding for rough strike-off; Concrete, water curing;
Demolition laborer, the cleaning of brick if performed by a
worker performing any other phase of demolition work, and
the cleaning of lumber; Fire watcher, limber, brush loader,
piler and debris handler; Flag person; Gas, oil and/or
water pipeline laborer; Laborer, asphalt-rubber material
loader; Laborer, general or construction; Laborer, general
clean-up; Laborer, landscaping; Laborer, jetting; Laborer,
temporary water and air lines; Material hose operator
(walls, slabs, floors and decks); Plugging, filling of shee
bolt holes; Dry packing of concrete; Railroad maintenance,
repair track person and road beds; Streetcar and railroad
construction track laborers; Rigging and signaling; Scaler;
Slip form raiser; Tar and mortar; Tool crib or tool house
laborer; Traffic control by any method; Window cleaner;
Wire mesh pulling - all concrete pouring operations
GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger
mixer and handling bulk cement); Cesspool digger and
installer; Chucktender; Chute handler, pouring concrete,
the handling of the chute from readymix trucks, such as
walls, slabs, decks, floors, foundation, footings, curbs,
gutters and sidewalks; Concrete curer, impervious membrane
and form oiler; Cutting torch operator (demolition); Fine
grader, highways and street paving, airport, runways and
12.c
Packet Pg. 218
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
21 of 30
similar type heavy construction; Gas, oil and/or water
pipeline wrapper - pot tender and form person; Guinea
chaser; Headerboard person - asphalt; Laborer, packing rod
steel and pans; Membrane vapor barrier installer; Power
broom sweeper (small); Riprap stonepaver, placing stone or
wet sacked concrete; Roto scraper and tiller; Sandblaster
(pot tender); Septic tank digger and installer(lead); Tank
scaler and cleaner; Tree climber, faller, chain saw
operator, Pittsburgh chipper and similar type brush
shredder; Underground laborer, including caisson bellower
GROUP 3: Buggymobile person; Concrete cutting torch; Concrete
pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or
longer; Dri-pak-it machine; Gas, oil and/or water pipeline
wrapper, 6-in. pipe and over, by any method, inside and
out; High scaler (including drilling of same); Hydro seeder
and similar type; Impact wrench multi-plate; Kettle person,
pot person and workers applying asphalt, lay-kold,
creosote, lime caustic and similar type materials
("applying" means applying, dipping, brushing or handling
of such materials for pipe wrapping and waterproofing);
Operator of pneumatic, gas, electric tools, vibrating
machine, pavement breaker, air blasting, come-alongs, and
similar mechanical tools not separately classified herein;
Pipelayer's backup person, coating, grouting, making of
joints, sealing, caulking, diapering and including rubber
gasket joints, pointing and any and all other services;
Rock slinger; Rotary scarifier or multiple head concrete
chipping scarifier; Steel headerboard and guideline setter;
Tamper, Barko, Wacker and similar type; Trenching machine,
hand-propelled
GROUP 4: Asphalt raker, lute person, ironer, asphalt dump
person, and asphalt spreader boxes (all types); Concrete
core cutter (walls, floors or ceilings), grinder or sander;
Concrete saw person, cutting walls or flat work, scoring
old or new concrete; Cribber, shorer, lagging, sheeting and
trench bracing, hand-guided lagging hammer; Head rock
slinger; Laborer, asphalt- rubber distributor boot person;
Laser beam in connection with laborers' work; Oversize
concrete vibrator operator, 70 lbs. and over; Pipelayer
performing all services in the laying and installation of
pipe from the point of receiving pipe in the ditch until
completion of operation, including any and all forms of
tubular material, whether pipe, metallic or non-metallic,
conduit and any other stationary type of tubular device
used for the conveying of any substance or element, whether
water, sewage, solid gas, air, or other product whatsoever
and without regard to the nature of material from which the
tubular material is fabricated; No-joint pipe and stripping
of same; Prefabricated manhole installer; Sandblaster
(nozzle person), water blasting, Porta Shot-Blast
GROUP 5: Blaster powder, all work of loading holes, placing
and blasting of all powder and explosives of whatever type,
regardless of method used for such loading and placing;
Driller: All power drills, excluding jackhammer, whether
core, diamond, wagon, track, multiple unit, and any and all
other types of mechanical drills without regard to the form
of motive power; Toxic waste removal
12.c
Packet Pg. 219
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
22 of 30
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 07/01/2014
Rates Fringes
Brick Tender.....................$ 29.12 15.78
----------------------------------------------------------------
LABO0300-005 01/01/2016
Rates Fringes
Asbestos Removal Laborer.........$ 30.43 16.07
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 07/01/2014
Rates Fringes
LABORER (GUNITE)
GROUP 1.....................$ 34.79 17.92
GROUP 2.....................$ 33.84 17.92
GROUP 3.....................$ 30.30 17.92
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
12.c
Packet Pg. 220
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
23 of 30
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 08/01/2015
Rates Fringes
Laborers: (HORIZONTAL
DIRECTIONAL DRILLING)
(1) Drilling Crew Laborer...$ 32.60 12.16
(2) Vehicle Operator/Hauler.$ 32.77 12.16
(3) Horizontal Directional
Drill Operator..............$ 34.62 12.16
(4) Electronic Tracking
Locator.....................$ 36.62 12.16
Laborers: (STRIPING/SLURRY
SEAL)
GROUP 1.....................$ 33.76 15.04
GROUP 2.....................$ 35.06 15.04
GROUP 3.....................$ 37.07 15.04
GROUP 4.....................$ 38.81 15.04
LABORERS - STRIPING CLASSIFICATIONS
GROUP 1: Protective coating, pavement sealing, including
repair and filling of cracks by any method on any surface
in parking lots, game courts and playgrounds; carstops;
operation of all related machinery and equipment; equipment
repair technician
GROUP 2: Traffic surface abrasive blaster; pot tender -
removal of all traffic lines and markings by any method
(sandblasting, waterblasting, grinding, etc.) and
preparation of surface for coatings. Traffic control
person: controlling and directing traffic through both
conventional and moving lane closures; operation of all
related machinery and equipment
GROUP 3: Traffic delineating device applicator: Layout and
application of pavement markers, delineating signs, rumble
and traffic bars, adhesives, guide markers, other traffic
delineating devices including traffic control. This
category includes all traffic related surface preparation
(sandblasting, waterblasting, grinding) as part of the
12.c
Packet Pg. 221
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
24 of 30
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 08/05/2015
Rates Fringes
LABORER
PLASTER CLEAN-UP LABORER....$ 30.16 17.11
PLASTER TENDER..............$ 32.71 17.11
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0036-007 07/01/2015
Rates Fringes
Painters:
(1) Repaint Including Lead
Abatement...................$ 24.19 12.83
(2) High Iron & Steel.......$ 30.70 12.83
(3) Journeyman Painter
including Lead Abatement....$ 28.70 12.83
(4) Industrial..............$ 32.02 12.83
(5) All other work..........$ 28.70 12.83
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 10/01/2015
Rates Fringes
DRYWALL FINISHER/TAPER...........$ 36.18 16.82
----------------------------------------------------------------
PAIN0169-002 01/01/2015
Rates Fringes
12.c
Packet Pg. 222
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
25 of 30
GLAZIER..........................$ 34.83 19.75
----------------------------------------------------------------
PAIN1247-002 01/01/2016
Rates Fringes
SOFT FLOOR LAYER.................$ 29.85 14.01
----------------------------------------------------------------
PLAS0200-001 08/05/2015
Rates Fringes
PLASTERER........................$ 38.44 13.77
----------------------------------------------------------------
PLAS0500-002 07/01/2015
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 32.30 20.65
----------------------------------------------------------------
PLUM0016-001 07/01/2015
Rates Fringes
PLUMBER/PIPEFITTER
Plumber and Pipefitter
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.......................$ 45.96 20.71
Work ONLY on new additions
and remodeling of bars,
restaurant, stores and
commercial buildings not
to exceed 5,000 sq. ft. of
floor space.................$ 44.54 19.73
Work ONLY on strip malls,
light commercial, tenant
improvement and remodel
work........................$ 35.16 18.06
----------------------------------------------------------------
PLUM0345-001 07/01/2014
Rates Fringes
PLUMBER
Landscape/Irrigation Fitter.$ 29.27 19.75
Sewer & Storm Drain Work....$ 33.24 17.13
----------------------------------------------------------------
ROOF0036-002 08/01/2014
Rates Fringes
12.c
Packet Pg. 223
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
26 of 30
ROOFER...........................$ 35.02 13.57
FOOTNOTE: Pitch premium: Work on which employees are exposed
to pitch fumes or required to handle pitch, pitch base or
pitch impregnated products, or any material containing coal
tar pitch, the entire roofing crew shall receive $1.75 per
hour "pitch premium" pay.
----------------------------------------------------------------
SFCA0669-014 01/01/2016
Rates Fringes
SPRINKLER FITTER.................$ 34.31 20.25
----------------------------------------------------------------
SHEE0273-002 08/01/2015
Rates Fringes
SHEET METAL WORKER...............$ 40.50 26.67
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 07/01/2015
Rates Fringes
TRUCK DRIVER
GROUP 1....................$ 28.24 25.24
GROUP 2....................$ 28.39 25.24
GROUP 3....................$ 28.52 25.24
GROUP 4....................$ 28.71 25.24
GROUP 5....................$ 28.74 25.24
GROUP 6....................$ 28.77 25.24
GROUP 7....................$ 29.02 25.24
GROUP 8....................$ 29.27 25.24
GROUP 9....................$ 29.47 25.24
GROUP 10....................$ 29.77 25.24
GROUP 11....................$ 30.27 25.24
GROUP 12....................$ 30.70 25.24
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
12.c
Packet Pg. 224
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
27 of 30
equipment permit load; Truck mounted broom
GROUP 3: Driver of vehicle or combination of vehicles - 3
axles; Boot person; Cement mason distribution truck; Fuel
truck driver; Water truck - 2 axle; Dump truck, less than
16 yds. water level; Erosion control driver
GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete
truck, less than 6-1/2 yds. water level
GROUP 5: Water truck, 3 or more axles; Truck greaser and tire
person ($0.50 additional for tire person); Pipeline and
utility working truck driver, including winch truck and
plastic fusion, limited to pipeline and utility work;
Slurry truck driver
GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck,
6-1/2 yds. water level and over; Vehicle or combination of
vehicles - 4 or more axles; Oil spreader truck; Dump truck,
16 yds. to 25 yds. water level
GROUP 7: A Frame, Swedish crane or similar; Forklift driver;
Ross carrier driver
GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck
repair person; Water pull - single engine; Welder
GROUP 9: Truck repair person/welder; Low bed driver, 9 axles
or over
GROUP 10: Dump truck - 50 yds. or more water level; Water
pull - single engine with attachment
GROUP 11: Water pull - twin engine; Water pull - twin engine
with attachments; Winch truck driver - $1.25 additional
when operating winch or similar special attachments
GROUP 12: Boom Truck 17K and above
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
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) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
12.c
Packet Pg. 225
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
28 of 30
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
12.c
Packet Pg. 226
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
29 of 30
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
12.c
Packet Pg. 227
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
30 of 30
END OF GENERAL DECISION
12.c
Packet Pg. 228
At
t
a
c
h
m
e
n
t
:
c
-
A
g
r
e
e
m
e
n
t
(
1
4
0
4
:
C
D
B
G
C
u
r
b
R
a
m
p
s
2
0
1
6
)
Page intentionally left
blank.