HomeMy WebLinkAbout23B049 - STEVEN P. RADOS, INC.CONTRACT ABSTRACT
Contract/Amendment
Name of Contract:
Company Name:
Company Contact:
Email:
Summary of Services:
Contract Price:
Contract Term:
Public Integrity/ Business
Disclosure Forms:
Contract Administration
Lead Department:
Contract Administrator/ Ext:
Contract Approvals
Council/City Manager Approval Date:
Agreement Number:
Amendment Number:
Contract Compliance
Exhibits:
Insurance:
Routed By:
Bonds:
Business License:
Sole Source Co-Op
CoOp Agmt #: Sole Source
Documents: CoOp Name:
CoOp Pricing:
By: Submitted on:
Contract Abstract Form Rev 8.16.23
Authorized Signers:
Name, Email
(Corporations require 2 signatures)
Agreement (Construction Contract)
Steve P. Rados, Inc.
Alberto Negron, Project Manager
a.negron@rados.com
Indian Canyon Drive Widening, City Project 01-11
$40,873,523.72 (including this CCO#13 for $7,430.26)
04/03/2026
On file
Alberto Negron, a.negron@rados.com
Engineering Services
Joel Montalvo / Allen Janisch X8734
February 21, 2023, Item 1.G.
23B049
CCO#13 - TBD
-
Yes
Yes
Department
Yes
No
Contract Change Order No. 13 is
attached.
N/A
04/17/2025 Vonda Teed
Docusign Envelope ID: 4F5F5CB5-58B0-4419-A4D2-A4F6342D2B0D
Docusign Envelope ID: 4F5F5CB5-58B0-4419-A4D2-A4F6342D2B0D
05/27/2025
Docusign Envelope ID: 4F5F5CB5-58B0-4419-A4D2-A4F6342D2B0D
5/27/2025
5/27/2025
5/27/2025
$4,025,392.00
CCO#1 4,369.67$
CCO#1.1 62,508.20$
CCO#2 6,480.00$
CCO#3 6,879.13$
CCO#4 54,839.38$
CCO#5 17,701.12$
CCO#5.1 11,846.08$
CCO#6 36,789.94$
CCO#7 13,884.33$
CCO#8 120,352.19$
CCO#9 29,437.09$
CCO#10 -
CCO#11 13,174.71$
CCO#12 233,911.82$
CCO#13 7,430.26$
TOTAL 619,603.92$
3,405,788.08$
CP 01-11 CONTINGENCY USAGE
STEVE P. RADOS, INC.
CONTINGENCY
REMAINING
Docusign Envelope ID: 4F5F5CB5-58B0-4419-A4D2-A4F6342D2B0D
CONTRACT ABSTRACT
Contract/Amendment
Name of Contract:
Company Name:
Company Contact:
Email:
Summary of Services:
Contract Price:
Contract Term:
Public Integrity/ Business
Disclosure Forms:
Contract Administration
Lead Department:
Contract Administrator/ Ext:
Contract Approvals
Council/City Manager Approval Date:
Agreement Number:
Amendment Number:
Contract Compliance
Exhibits:
Insurance:
Routed By:
Bonds:
Business License:
Sole Source Co-Op
CoOp Agmt #: Sole Source
Documents: CoOp Name:
CoOp Pricing:
By: Submitted on:
Contract Abstract Form Rev 8.16.23
Authorized Signers:
Name, Email
(Corporations require 2 signatures)
Agreement (Construction Contract)
Steve P. Rados, Inc.
Alberto Negron, Project Manager
a.negron@rados.com
Indian Canyon Drive Widening, City Project 01-11
$40,866,093.46 (including CCO#11 and CCO#12 for $247,086.53)
04/03/2026
On file
Alberto Negron, a.negron@rados.com
Engineering Services
Joel Montalvo / Allen Janisch X8734
February 21, 2023, Item 1.G.
23B049
CCO#11 and CCO#12 - TBD
-
Yes
Yes
Procurement
Yes
No
Contract Change Orders No. 11
and No.12 are attached.
N/A
04/17/2025 Vonda Teed
Docusign Envelope ID: 8A7DFC59-7987-4563-AA90-66B8E258F6A5
Docusign Envelope ID: 8A7DFC59-7987-4563-AA90-66B8E258F6A5
04/17/2025
ANJR
AJB
$45.89/WD
Docusign Envelope ID: 8A7DFC59-7987-4563-AA90-66B8E258F6A5
4/17/2025
4/17/2025
4/17/2025
Docusign Envelope ID: 8A7DFC59-7987-4563-AA90-66B8E258F6A5
04/17/2025
04/08/25
Docusign Envelope ID: 8A7DFC59-7987-4563-AA90-66B8E258F6A5
4/17/2025
4/17/2025
4/17/2025
$4,025,392.00
CCO#1 4,369.67$
CCO#1.1 62,508.20$
CCO#2 6,480.00$
CCO#3 6,879.13$
CCO#4 54,839.38$
CCO#5 17,701.12$
CCO#5.1 11,846.08$
CCO#6 36,789.94$
CCO#7 13,884.33$
CCO#8 120,352.19$
CCO#9 29,437.09$
CCO#10 -
CCO#11 13,174.71$
CCO#12 233,911.82$
TOTAL 612,173.66$
3,413,218.34$
CP 01-11 CONTINGENCY USAGE
STEVE P. RADOS, INC.
CONTINGENCY
REMAINING
Docusign Envelope ID: 8A7DFC59-7987-4563-AA90-66B8E258F6A5
CONTRACT ABSTRACT
Contract/Amendment
Name of Contract:
Company Name:
Company Contact:
Email:
Summary of Services:
Contract Price:
Contract Term:
Public Integrity/ Business
Disclosure Forms:
Contract Administration
Lead Department:
Contract Administrator/ Ext:
Contract Approvals
Council/City Manager Approval Date:
Agreement Number:
Amendment Number:
Contract Compliance
Exhibits:
Insurance:
Routed By:
Bonds:
Business License:
Sole Source Co-Op
CoOp Agmt #: Sole Source
Documents: CoOp Name:
CoOp Pricing:
By: Submitted on:
Contract Abstract Form Rev 8.16.23
Authorized Signers:
Name, Email
(Corporations require 2 signatures)
Agreement (Construction Contract)
Steve P. Rados, Inc.
Alberto Negron, Project Manager
a.negron@rados.com
Indian Canyon Drive Widening, City Project 01-11
$40,619,006.93 (including this CCO#10 for zero dollars)
03/06/2026
On file
Alberto Negron, a.negron@rados.com
Engineering Services
Joel Montalvo / Allen Janisch X8734
February 21, 2023, Item 1.G.
23B049
CCO#10 - TBD
-
Yes
Yes
Procurement
Yes
No
Contract Change Order No. 10 is
attached.
N/A
04/07/2025 Vonda Teed
Docusign Envelope ID: 5F40E6EF-CDA8-402E-B703-F47B98135E72
Docusign Envelope ID: 5F40E6EF-CDA8-402E-B703-F47B98135E72
04/07/2025
SUMMARY OF COSTS
Original Contract Amount: $40,253,919.80 Construction Start Date: 07/10/2023
Previous Change Orders: $365,087.13 Previous Agreed Completion Date: 03/06/2026
This Change Order Amount: $0.00 Working Days Added: 0
Revised Contract Amount: $40,619,006.93 Revised Completion: 03/06/2026
I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor.
Steve P. Rados, Inc.
City of Palm Springs
Recommended By:
Recommended By:
Recommended By:
Approved By:
Attest By:
Si o Negron, Project Manager
Andrew Bee be Digitally signed by Andrew Beebe
Date: 2025.03.27 13:57:40 -07'00'
Andrew Beebe, Resident Engineer (Consultant)
ultant)
Joel Montalvo, City Engineer
Scott C. Stiles, City Manager
Brenda Pree, City Clerk
Page 2 of 2
Date
Date
Date
Date
Date
Date
Docusign Envelope ID: 5F40E6EF-CDA8-402E-B703-F47B98135E72
4/8/2025
4/8/2025
4/8/2025
CONTRACT ABSTRACT
Contract/Amendment
Name of Contract:
Company Name:
Company Contact:
Email:
Summary of Services:
Contract Price:
Contract Term:
Public Integrity/ Business
Disclosure Forms:
Contract Administration
Lead Department:
Contract Administrator/ Ext:
Contract Approvals
Council/City Manager Approval Date:
Agreement Number:
Amendment Number:
Contract Compliance
Exhibits:
Insurance:
Routed By:
Bonds:
Business License:
Sole Source Co-Op
CoOp Agmt #: Sole Source
Documents: CoOp Name:
CoOp Pricing:
By: Submitted on:
Contract Abstract Form Rev 8.16.23
Authorized Signers:
Name, Email
(Corporations require 2 signatures)
Agreement (Construction Contract)
Steve P. Rados, Inc.
Alberto Negron, Project Manager
a.negron@rados.com
Indian Canyon Drive Widening, City Project 01-11
$40,544,652.65 (including CCO#7, #8, #9 totaling $163,673.61)
03/06/2026
On file
Alberto Negron, a.negron@rados.com
Engineering Services
Joel Montalvo / Allen Janisch X8734
February 21, 2023, Item 1.G.
23B049
CCO#7, CCO#8, CCO#9 - TBD
No
Yes
Yes
Procurement
Yes
No
Contract Change Order No. 7,
Contract Change Order No. 8,
and Contract Change Order No.
9 are attached.
N/A
11/07/2024 Vonda Teed
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
Page 1 of 2
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER NO. 009
CP 01-11 Indian Canyon Dr. Widening Project,
Federal Aid Project # BRLO-5282 (017)
Contractor: Steve P. Rados, Inc. Date: October 16, 2024
CONTRACT CHANGE ORDER SUMMARY
In Accordance with Sections 2-8, “EXTRA WORK” of Part II of the Special Provisions, This Change order
compensates the Contractor for extra work performed between July 2024 and August 2024, specifically:
1. Pothole and remove unknown utility discovered in excavation for Abutment #1 footing.
2. Separate, Load and Haul concrete and steel Buried Man Made Objects in the Rock Slope Protection
excavation near STA 126+00.
3. Replace damaged Crash Cushion at STA 124+00 that was damaged by the public.
4. Re-grade Cross Gutter and Spandrel at Indian Canyon and Palm Springs Station Road Intersection due
to elevation changes from RFI-70.
5. Additional potholing as directed by the onsite SCG Transmission representative to verify depth and
disposition of the 30” gas lines.
CONTRACT CHANGE ORDER COST
Extra Work At Agreed Price
ID Description Qty Unit Cost
01 Abutment 1 Pothole and remove Unknown Utility 1 LS $2,595.13
02 Buried Manmade Objects 1 LS $4,571.28
03 Replace Crash Cushion Damaged by Public 1 LS $14,160.77
04 Cross Gutter elevation changes per RFI-070 1 LS $5,790.06
05 SCG-T Potholing as directed 1 LS $2,319.85
Total Extra Work at Agreed Price: $29,437.09
This Change Order represents a full accounting of the changes described herein, and payment is considered
full and final, including all appurtenances, all applicable markups, and no further consideration will be made.
Total Change Order Amount: $29,437.09
CHANGES TO CONTRACT TIME
NO change to Contract Time will be made by way of this Change Order.
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
Page 2 of 2
SUMMARY OF COSTS
Original Contract Amount: $40,253,919.80 Construction Start Date:07/10/2023
Previous Change Orders: $ Previous Agreed Completion Date: 03/06/2026
This Change Order Amount: $29,437.09 Working Days Added: 0
Revised Contract Amount: $40,5 Revised Completion:03/06/2026
I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor .
Steve P. Rados, Inc.
Signature – Alberto Negron, Project Manager Date
City of Palm Springs
Recommended By:
Andrew Beebe, Resident Engineer (Consultant) Date
Recommended By:
Joshua Nickerson, Project Manager (Consultant)Date
Recommended By:
Joel Montalvo, City Engineer Date
Approved By:
Scott C. Stiles, City Manager Date
Attest By:
Brenda Pree, City Clerk Date
11/07/2024
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
11/7/2024
11/7/2024
11/7/2024
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
11/5/2024
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
11/7/2024
11/7/2024
11/7/2024
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
11/07/2024
Docusign Envelope ID: C711659F-0923-44B3-835B-F7D57BCC4D4F
11/7/2024
11/7/2024
11/7/2024
CONTRACT ABSTRACT
1 Original: Contract Change Order No. 6
Contract
Company Name:
Company Contact:
Summary of Services:
Contract Price:
Funding Source:
Contract Term:
Steve P. Rados, Inc.
Alberto Negron, Project Manager
Indian Canyon Drive Widening, City Project 01-11
$40,380,979.04 (including CCO#6 totaling $36,789.94)
Capital funds and Regional and Local Measure A funds
To be determined by the Notice to Proceed
Contract Administration
Lead Department:
Contract Administrator:
Engineering Services
Joel Montalvo/Allen Janisch
Contract Approvals
Council Approval Date:
Contract Change Order #1 & #2:
Contract Change Order #3:
Contract Change Order #4 & #5:
Contract Change Order #6:
Agreement Number:
February 21, 2023, Item 1.G.
November 13, 2023
January 16, 2024
March 28, 2024
TBD
23B049
Contract Compliance
Exhibits:
Signatures:
Insurance:
Bonds:
On file
Attached
On file
On file
Contract Prepared By: Engineering Services
Submitted on: 04/29/2024 By: Vonda Teed
DocuSign Envelope ID: 5DBEEF8B-9B89-43CC-89F2-19A581ECEF44
DocuSign Envelope ID: 5DBEEF8B-9B89-43CC-89F2-19A581ECEF44
04/25/2024
DocuSign Envelope ID: 5DBEEF8B-9B89-43CC-89F2-19A581ECEF44
4/29/2024
4/29/2024
4/29/2024
CONTRACT ABSTRACT
Contract/Amendment
Name of Contract:
Company Name:
Company Contact:
Email:
Summary of Services:
Contract Price:
Contract Term:
Public Integrity/ Business
Disclosure Forms:
Contract Administration
Lead Department:
Contract Administrator/ Ext:
Contract Approvals
Council/City Manager Approval Date:
Agreement Number:
Amendment Number:
Contract Compliance
Exhibits:
Insurance:
Routed By:
Bonds:
Business License:
Sole Source Co-Op
CoOp Agmt #: Sole Source
Documents: CoOp Name:
CoOp Pricing:
By: Submitted on:
Contract Abstract Form Rev 8.16.23
Authorized Signers:
Name, Email
(Corporations require 2 signatures)
Agreement (Construction Contract)
Steve P. Rados, Inc.
Alberto Negron, Project Manager
a.negron@rados.com
Indian Canyon Drive Widening, City Project 01-11
$40,556,498.73 (including CCO#5.1 totaling $11,846.08)
04/17/2026
On file
Alberto Negron, a.negron@rados.com
Engineering Services
Joel Montalvo / Allen Janisch X8734
February 21, 2023, Item 1.G.
23B049
CCO#5.1 - TBD
No
Yes
Yes
Procurement
Yes
No
Contract Change Order No. 5.1
is attached.
N/A
12/03/2024 Vonda Teed
Docusign Envelope ID: 20B86843-3CE7-44B8-9C4D-786710D36522
Page 1 of 2
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER NO. 005 Supplement 1
CP 01-11 Indian Canyon Dr. Widening Project,
Federal Aid Project # BRLO-5282 (017)
Contractor: Steve P. Rados, Inc. Date: September 25, 2024
CONTRACT CHANGE ORDER SUMMARY
In Accordance with Section 2-7 “CHANGES INITIATED BY THE AGENCY”, and Section 5-7.10 “PUBLIC SAFETY”
of Part II of the Special Provisions, the City is issuing this Change Order to compensate the Contractor for one
additional replacement of the installed Alternative Crash Cushion installed under CCO-005 since it has been
hit by the traveling public and destroyed. Included in this Change Order is the replacement cost to remove,
dispose, and replace one complete Alternative Crash Cushion including all elements, frames, bolts,
connectors and water. A supplement to this Change Order will be written for any further required
replacements.
CONTRACT CHANGE ORDER COST – Extra Work at Agreed Unit Price
01 Replace Damaged Alternative Crash Cushion at NB Barrier 1 EA 11,846.08
Total Change Order Amount: $11,846.08
Extra Work shall be paid per the agreed lump sum price for the changes reflected above including all allowed
markups described in Section 7-4.3 “MARKUP” and no other markups will be allowed.
CHANGES TO CONTRACT TIME
No Working Days will be added to the contract time.
Docusign Envelope ID: 20B86843-3CE7-44B8-9C4D-786710D36522
Page 2 of 2
SUMMARY OF COSTS
Original Contract Amount: $40,253,919.80 Construction Start Date:07/10/2023
Previous Change Orders: $ Previous Agreed Completion Date: 04/17/2026
This Change Order Amount: $ Working Days Added: 0
Revised Contract Amount: $40,Revised Completion:04/17/2026
I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor .
Steve P. Rados, Inc.
Signature –Alberto Negron, Project Manager Date
City of Palm Springs
Recommended By:
Andrew Beebe, Resident Engineer (Consultant) Date
Recommended By:
Joshua Nickerson, Project Manager (Consultant) Date
Recommended By:
Joel Montalvo, City Engineer Date
Approved By:
Scott C. Stiles, City Manager Date
Attest By:
Brenda Pree, City Clerk Date
11/08/2024
Docusign Envelope ID: 20B86843-3CE7-44B8-9C4D-786710D36522
12/3/2024
12/3/2024
12/3/2024
CONTRACT ABSTRACT
1 Original: Contract Change Orders No. 4 and No. 5
Contract
Company Name:
Company Contact:
Summary of Services:
Contract Price:
Funding Source:
Contract Term:
Steve P. Rados, Inc.
Alberto Negron, Project Manager
Indian Canyon Drive Widening, City Project 01-11
$40,344,189.10 (including CCO#4 & CCO#5 totaling $72,540.50)
Capital funds and Regional and Local Measure A funds
To be determined by the Notice to Proceed
Contract Administration
Lead Department:
Contract Administrator:
Engineering Services
Joel Montalvo/Allen Janisch
Contract Approvals
Council Approval Date:
Contract Change Order #1 & #2:
Contract Change Order #3:
Contract Change Order #4 & #5:
Agreement Number:
February 21, 2023, Item 1.G.
November 13, 2023
January 16, 2024
TBD
23B049
Contract Compliance
Exhibits:
Signatures:
Insurance:
Bonds:
On file
Attached
On file
On file
Contract Prepared By: Engineering Services
Submitted on: 03/27/2024 By: Vonda Teed
DocuSign Envelope ID: 872D1487-ECB2-4249-B743-4C4D9A359955
DocuSign Envelope ID: 872D1487-ECB2-4249-B743-4C4D9A359955
03/25/2024
DocuSign Envelope ID: 872D1487-ECB2-4249-B743-4C4D9A359955
3/27/2024
3/27/2024
3/28/2024
DocuSign Envelope ID: 872D1487-ECB2-4249-B743-4C4D9A359955
03/25/2024
DocuSign Envelope ID: 872D1487-ECB2-4249-B743-4C4D9A359955
3/27/2024
3/27/2024
3/28/2024
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER NO. 003
CP 01-11 Indian Canyon Dr. Widening Project,
Federal Aid Project# BRLO-5282 (017)
Contractor: Steve P. Rados, Inc. Date: December 12, 2023
CONTRACT CHANGE ORDER SUMMARY
In accordance with Section 2-7, "CHANGES INITIATED BY THE AGENCY" of Part II of the Special Provisions
and Section 14-11.12A "REMOVAL OF YELLOW TRAFFIC STRIPE AND PAVEMENT MARKINGS WITH
HAZARDOUS WASTE RESIDUE" of the Caltrans Standard Specifications, the City is issuing this Change Order
to haul and dispose of the removed yellow paint stripe as shown on the plans, and as directed in the
specifications. 12 - 55 gallon drums are to be picked up, hauled off the site and disposed of at a Class 1
facility per California and Federal environmental policies.
CONTRACT CHANGE ORDER COST- Extra Work at Agreed Price
ID Description Qty Unit Cost
01 Haul and Dispose of Lead Contaminated Stripe Material 1 LS $6,879.13
Total Change Order Amount: $6,879.13
This Change Order represents a full accounting of the changes made by way of the attached plans and
specifications, and payment is considered full and final, including all appurtenances and includes all
applicable markups, and no further consideration will be made therefor.
CHANGES TO CONTRACT TIME
No Working Days will be added to the contract time.
SUMMARY OF COSTS
Original Contract Amount: $40,253,919.80 Construction Start Date: 07/10/2023
Previous Change Orders: $10,849.67 Previous Agreed Completion Date: 12/09/2025
This Change Order Amount: $6,879.13 Working Days Added: 0
Revised Contract Amount: $40,271,648.60 Revised Completion: 12/09/2025
Page 1 of 2
DocuSign Envelope ID: 73F170A6-F350-40F3-8524-BC38F76BC323
01/11/2024
DocuSign Envelope ID: 73F170A6-F350-40F3-8524-BC38F76BC323
1/16/2024
1/16/2024
1/16/2024
CONTRACT ABSTRACT
Contract
Company Name:
Company Contact:
Summary of Services:
Contract Price:
Funding Source:
Contract Term:
Steve P. Rados, Inc.
Alberto Negron, Project Manager
Indian Canyon Drive Widening, City Project 01-11
$40,264,769.47 (including CCO#1 & CCO#2 totaling $10,849.67)
Capital funds and Regional and Local Measure A funds
To be determined by the Notice to Proceed
Contract Administration
Lead Department:
Contract Administrator:
Engineering Services
Joel Montalvo
Contract Approvals
Council Approval Date:
Contract Change Order #1 & #2:
Agreement Number:
February 21, 2023, Item 1.G.
TBD
23B049
Contract Compliance
Exhibits:
Signatures:
Insurance:
Bonds:
On file
Attached
On file
On file
Contract Prepared By: Engineering Services
Submitted on: 11/13/2023 By: Vonda Teed
DocuSign Envelope ID: 72779D4A-96C3-4752-9249-1F28E34E01FE
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER NO. 2
CP 01-11 Indian Canyon Dr. Widening Project,
Federal Aid Project# BRLO-5282 (017)
Contractor: Steve P. Rados, Inc. Date: October 20, 2023
CONTRACT CHANGE ORDER SUMMARY
Payment adjustment at agreed unit price:
As part of your equal opportunity affirmative action program, provide on-the-job training to
develop full journeymen in the types of trades or job classifications involved. For the Federal
training program, the number of trainees or apprentices is 27, as specified on the Notice to
Bidders.
Comply with Section 7-1. llD, "Training," of the Standard Specifications.
The City rein1burses the contractor 80 cents per hour of training given an employee on this
contract under an approved training program:
1.For on-site training
2.For off-site training if the apprentice or trainee is currently employed under a federal-aid
contract and you do
at least one of the following:
1.Contribute to the cost of the training
2.Provide the instruction to the apprentice or trainee
3.Pay the apprentice's or trainee's wages during the off-site training period.
CONTRACT CHANGE ORDER COST
ID Description Qty Unit Cost
01 Payment Adjustment at Agreed Unit Price (Hrs @$0.80/Hr) 8100 Hr $6,480.00
Total Change Order Amount: $6,480.00
CHANGES TO CONTRACT TIME
No Working Days will be added to the contract time.
Page 1 of 2
DocuSign Envelope ID: 72779D4A-96C3-4752-9249-1F28E34E01FE
11/01/23
11/01/2023
DocuSign Envelope ID: 72779D4A-96C3-4752-9249-1F28E34E01FE
11/13/2023
11/13/2023
11/13/2023
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER NO. 1
CP 01-11 Indian Canyon Dr. Widening Project,
Federal Aid Project# BRLO-5282 {017)
Contractor: Steve P. Rados, Inc. Date: October 19, 2023
CONTRACT CHANGE ORDER SUMMARY
In Accordance with Section 2-7, "CHANGES INITIATED BY THE AGENCY" of Part II of the Special Provisions,
the City is issuing this Change Order to revise the plans and specifications for the 8" Ductile Iron Water Line
pursuant to the revised plans and specifications from the Desert Water Agency (DWA) included herein. This
Change order includes revised callouts for standard drawing numbers, changes the 8" 90 degree elbow to a
8" Tee with blind flange at STA 129+00, and revises "Appendix G" of the Special Provisions that include the
DWA standard Specifications, Plans, and approved Materials List.
CONTRACT CHANGE ORDER COST -Adjustment in Compensation
ID Description Qty Unit Cost
01 Revised DWA Waterline Plans and Specifications 1 LS $4,369.67
Total Change Order Amount: $4,369.67
This Change Order represents a full accounting of the changes made by way of the attached plans and
specifications, and payment is considered full and final, including all appurtenances and includes all
applicable markups, and no further consideration will be made therefor.
Any payments made for work done by DWA and paid by the Contractor by way of this Change Order will be
paid for under the Allowance bid item 135 "DWA COORDINATION AND MATERIAL EXPENSES".
CHANGES TO CONTRACT TIME
No Working Days will be added to the contract time. The Contractor must notify DWA in accordance with
the table in Section 5-13, "UTILITY COORDINATION" to maintain the construction schedule.
SUMMARY OF COSTS
Original Contract Amount: $40,253,919.80 Construction Start Date: 07/10/2023
Previous Change Orders: $0.00 Previous Agreed Completion Date: 12/09/2025
This Change Order Amount: $4,369.67 Working Days Added: 0
Revised Contract Amount: $40,258,289.47 Revised Completion: 12/09/2025
Page 1 of 2
DocuSign Envelope ID: 72779D4A-96C3-4752-9249-1F28E34E01FE
11/13/2023
DocuSign Envelope ID: 72779D4A-96C3-4752-9249-1F28E34E01FE
11/13/2023
11/13/2023
11/13/2023
CONTRACT ABSTRACT
1 Original: Agreement, Performance & Payment Bond, and Insurance
Contract
Company Name:
Company Contact:
Summary of Services:
Contract Price:
Funding Source:
Contract Term:
Steve P. Rados, Inc.
Stephen S. Rados
Indian Canyon Drive Widening, City Project 01-11
$40,253,919.80
Capital funds and Regional and Local Measure A funds
To be determined by the Notice to Proceed
Contract Administration
Lead Department:
Contract Administrator:
Engineering Services
Joel Montalvo
Contract Approvals
Council Approval Date:
Agreement Number:
February 21, 2023, Item 1.G.
23B049
Contract Compliance
Exhibits:
Signatures:
Insurance:
Bonds:
Attached
Attached
Attached
Attached
Contract Prepared By: Engineering Services
Submitted on: 03/06/2023 By: Vonda Teed
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
AGREEMENT 23B049
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this_ day of _______ , 2023 , by and between
the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
under and by virtue of the laws of the State of California, hereinafter designated as the
City, and Steve P. Rados, Inc., a California corporation, hereinafter designated as the
Contractor.
The City and the Contractor, in consideration of the mutual covenal'lts hereinafter set
forth, agree as follows:
ARTICLE 1 --THE WORK
For and in consideration of the payments and agreements to be made and performed by
City, Contractor agrees to furnish all materials and perform all work required to complete
the Work as specified in the Contract Documents, and as generally indicated under the
Bid Schedule(s) for the Project entitled:
INDIAN CANYON DRIVE WIDENING
CITY PROJECT NO. 01-11
FEDERAL AID PROJECT NO. BRLO 5282 (017)
The Work comprises the replacement of the Indian Canyon Drive Bridge (Bridge No. 56C-
0025) over Union Pacific and Amtrak tracks, including minor roadway approach
improvements, and all appurtenant work as detailed within the contract documents.
ARTICLE 2 --COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. The parties also
recognize the delays, expense, and difficulties involved in proving in a legal proceeding
the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, the City and the Contractor agree that
as liqu idated damages or delay (but not as a penalty), the Contractor shall pay the City the
sum specified in Section 6-9 of the Special Provisions for each calendar day that expires
after the time specified in Article 2, herein. In executing the Agreement, the Contractor
acknowledges it has reviewed the provisions of the Standard Specifications, as modified
herein, related to liquidated damages, and has made itself aware of the actual loss
incurred by the City due to the inability to complete the Work within the time specified in
the Notice to Proceed. This Section does not exclude recovery of other damages
INDIAN CANYON DRIVE WIDENING
CITY PROJECT NO.01-1 1
FEDERAL PROJECT NO. BRLO 5282(017)
February 2023
AGREEMENT FORM
AGREEMENT AND BONDS -PAGE 1
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F3/7/2023
EXHIBIT “A”
Federal Requirements
for
Federal-Aid Construction Projects:
Form FHWA 1273
Female and Minority Goals
Title VI Assurances
Use of United States Flag Vessels
And
Davis Bacon Wage Determinations
FOLLOWS THIS PAGE
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 2
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
FHWA-1273 -- Revised July 5, 2022
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Non-segregated Facilities
IV. Davis-Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
XI. Certification Regarding Use of Contract Funds for
Lobbying
XII. Use of United States-Flag Vessels:
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local
Access Road Contracts (included in Appalachian
contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in
each construction contract funded under title 23, United
States Code, as required in 23 CFR 633.102(b) (excluding
emergency contracts solely intended for debris removal).
The contractor (or subcontractor) must insert this form in
each subcontract and further require its inclusion in all
lower tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or
services). 23 CFR 633.102(e).
The applicable requirements of Form FHWA-1273 are
incorporated by reference for work done under any
purchase order, rental agreement or agreement for other
services. The prime contractor shall be responsible for
compliance by any subcontractor, lower-tier subcontractor
or service provider. 23 CFR 633.102(e).
Form FHWA-1273 must be included in all Federal-aid
design- build contracts, in all subcontracts and in lower tier
subcontracts (excluding subcontracts for design services,
purchase orders, rental agreements and other agreements
for supplies or services) in accordance with 23 CFR
633.102. The design-builder shall be responsible for
compliance by any subcontractor, lower-tier subcontractor
or service provider.
Contracting agencies may reference Form FHWA-1273 in
solicitation-for-bids or request-for-proposals documents,
however, the Form FHWA-1273 must be physically
incorporated (not referenced) in all contracts, subcontracts
and lower-tier subcontracts (excluding purchase orders,
rental agreements and other agreements for supplies or
services related to a construction contract). 23 CFR
633.102(b).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
performed on the contract by the contractor's own
organization and with the assistance of workers under the
contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or
by subcontract. 23 CFR 633.102(d).
3. A breach of any of the stipulations contained in these
Required Contract Provisions may be sufficient grounds
for withholding of progress payments, withholding of final
payment, termination of the contract, suspension /
debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this
contract, the contractor shall not use convict labor for any
purpose within the limits of a construction project on a
Federal-aid highway unless it is labor performed by
convicts who are on parole, supervised release, or
probation. 23 U.S.C. 114(b). The term Federal-aid
highway does not include roadways functionally classified
as local roads or rural minor collectors. 23 U.S.C. 101(a).
II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR
Part 230, Subpart A, Appendix A; EO 11246)
The provisions of this section related to 23 CFR Part 230,
Subpart A, Appendix A are applicable to all Federal-aid
construction contracts and to all related construction
subcontracts of $10,000 or more. The provisions of 23
CFR Part 230 are not applicable to material supply,
engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must
comply with the following policies: Executive Order 11246,
41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140,
Section 504 of the Rehabilitation Act of 1973, as amended
(29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as
amended (42 U.S.C. 2000d et seq.), and related
regulations including 49 CFR Parts 21, 26, and 27; and 23
CFR Parts 200, 230, and 633.
The contractor and all subcontractors must comply with:
the requirements of the Equal Opportunity Clause in 41
CFR 60- 1.4(b) and, for all construction contracts
exceeding $10,000, the Standard Federal Equal
Employment Opportunity Construction Contract
Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive
authority to determine compliance with Executive Order
11246 and the policies of the Secretary of Labor including
41 CFR Part 60, and 29 CFR Parts 1625-1627. The
contracting agency and the FHWA have the authority and
the responsibility to ensure compliance with 23 U.S.C.
140, Section 504 of the Rehabilitation Act of 1973, as
amended (29 U.S.C. 794), and Title VI of the Civil Rights
Act of 1964, as amended (42 U.S.C. 2000d et seq.), and
related regulations including 49 CFR Parts 21, 26, and 27;
and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR Part 230,
Subpart A, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and
FHWA requirements.
1. Equal Employment Opportunity: Equal Employment
Opportunity (EEO) requirements not to discriminate and to
take affirmative action to assure equal opportunity as set
forth under laws, executive orders, rules, regulations (see 28
CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627,
41 CFR Part 60 and 49 CFR Part 27) and orders of the
Secretary of Labor as modified by the provisions prescribed
herein, and imposed pursuant to 23 U.S.C. 140, shall
constitute the EEO and specific affirmative action standards
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 3
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
for the contractor's project activities under this contract. The
provisions of the Americans with Disabilities Act of 1990 (42
U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and
29 CFR Part 1630 are incorporated by reference in this
contract. In the execution of this contract, the contractor
agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the contracting agency and
the Federal Government to ensure that it has made every
good faith effort to provide equal opportunity with respect to
all of its terms and conditions of employment and in their
review of activities under the contract. 23 CFR 230.409
(g)(4) & (5).
b. The contractor will accept as its operating policy
the following statement:
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex,
sexual orientation, gender identity, color, national origin,
age or disability. Such action shall include: 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, pre-apprenticeship, and/or on-
the-job training."
2. EEO Officer: The contractor will designate and make
known to the contracting officers an EEO Officer who will
have the responsibility for and must be capable of effectively
administering and promoting an active EEO program and
who must be assigned adequate authority and responsibility
to do so.
3. Dissemination of Policy: All members of the
contractor's staff who are authorized to hire, supervise,
promote, and discharge employees, or who recommend
such action or are substantially involved in such action, will
be made fully cognizant of and will implement the
contractor's EEO policy and contractual responsibilities to
provide EEO in each grade and classification of
employment. To ensure that the above agreement will be
met, the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and
then not less often than once every six months, at which time
the contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer or other knowledgeable company official.
b. All new supervisory or personnel office employees will
be given a thorough indoctrination by the EEO Officer,
covering all major aspects of the contractor's EEO
obligations within thirty days following their reporting for duty
with the contractor.
c. All personnel who are engaged in direct recruitment
for the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minorities
and women.
d. Notices and posters setting forth the contractor's
EEO policy will be placed in areas readily accessible to
employees, applicants for employment and potential
employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks,
or other appropriate means.
4. Recruitment: When advertising for employees, the
contractor will include in all advertisements for employees
the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a
large circulation among minorities and women in the area
from which the project work force would normally be
derived
a. The contractor will, unless precluded by a valid
bargaining agreement, conduct systematic and direct
recruitment through public and private employee referral
sources likely to yield qualified minorities and women. To
meet this requirement, the contractor will identify sources
of potential minority group employees and establish with
such identified sources procedures whereby minority and
women applicants may be referred to the contractor for
employment consideration.
b. In the event the contractor has a valid bargaining
agreement providing for exclusive hiring hall referrals, the
contractor is expected to observe the provisions of that
agreement to the extent that the system meets the
contractor's compliance with EEO contract provisions.
Where implementation of such an agreement has the
effect of discriminating against minorities or women, or
obligates the contractor to do the same, such
implementation violates Federal nondiscrimination
provisions.
c. The contractor will encourage its present employees
to refer minorities and women as applicants for
employment. Information and procedures with regard to
referring such applicants will be discussed with
employees.
5. Personnel Actions: Personnel Actions: Wages,
working conditions, and employee benefits shall be
established and administered, and personnel actions of
every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken
without regard to race, color, religion, sex, sexual
orientation, gender identity, national origin, age or
disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of
project sites to ensure that working conditions and
employee facilities do not indicate discriminatory treatment
of project site personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected
personnel actions in depth to determine whether there is
evidence of discrimination. Where evidence is found, the
contractor will promptly take corrective action. If the review
indicates that the discrimination may extend beyond the
actions reviewed, such corrective action shall include all
affected persons.
d. The contractor will promptly investigate all complaints
of alleged discrimination made to the contractor in
connection with its obligations under this contract, will
attempt to resolve such complaints, and will take
appropriate corrective action within a reasonable time. If
the investigation indicates that the discrimination may
affect persons other than the complainant, such corrective
action shall include such other persons. Upon completion
of each investigation, the contractor will inform every
complainant of all of their avenues of appeal.
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 4
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minorities and women who are
applicants for employment or current employees. Such
efforts should be aimed at developing full journey level
status employees in the type of trade or job classification
involved.
b. Consistent with the contractor's work force
requirements and as permissible under Federal and State
regulations, the contractor shall make full use of training
programs (i.e., apprenticeship and on-the-job training
programs for the geographical area of contract
performance). In the event a special provision for training
is provided under this contract, this subparagraph will be
superseded as indicated in the special provision. The
contracting agency may reserve training positions for
persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants
for employment of available training programs and
entrance requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and
women and will encourage eligible employees to apply for
such training and promotion.
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use
good faith efforts to obtain the cooperation of such unions to
increase opportunities for minorities and women. 23 CFR
230.409. Actions by the contractor, either directly or through
a contractor's association acting as agent, will include the
procedures set forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for
membership in the unions and increasing the skills of
minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate
an EEO clause into each union agreement to the end that
such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, sexual
orientation, gender identity, national origin, age, or disability
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the
extent such information is within the exclusive possession of
the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify
to the contracting agency and shall set forth what efforts
have been made to obtain such information.
d. In the event the union is unable to provide the
contractor with a reasonable flow of referrals within the time
limit set forth in the collective bargaining agreement, the
contractor will, through independent recruitment efforts, fill
the employment vacancies without regard to race, color,
religion, sex, sexual orientation, gender identity, national
origin, age, or disability; making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a
union to provide sufficient referrals (even though it is
obligated to provide exclusive referrals under the terms of a
collective bargaining agreement) does not relieve the
contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor
from meeting the obligations pursuant to Executive Order
11246, as amended, and these special provisions, such
contractor shall immediately notify the contracting agency
8. Reasonable Accommodation for Applicants /
Employees with Disabilities: The contractor must be
familiar with the requirements for and comply with the
Americans with Disabilities Act and all rules and
regulations established thereunder. Employers must
provide reasonable accommodation in all employment
activities unless to do so would cause an undue hardship.
9. Selection of Subcontractors, Procurement of
Materials and Leasing of Equipment: The contractor
shall not discriminate on the grounds of race, color,
religion, sex, sexual orientation, gender identity, national
origin, age, or disability in the selection and retention of
subcontractors, including procurement of materials and
leases of equipment. The contractor shall take all
necessary and reasonable steps to ensure
nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential
subcontractors, suppliers, and lessors of their EEO
obligations under this contract.
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurances Required:
a. The requirements of 49 CFR Part 26 and the State
DOT’s FHWA-approved Disadvantaged Business
Enterprise (DBE) program are incorporated by
reference.
b. The contractor, subrecipient or subcontractor 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 DOT-assisted
contracts. 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 recipient deems appropriate, which may
include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the contractor from future bidding as
non- responsible.
c. The Title VI and nondiscrimination provisions of
U.S. DOT Order 1050.2A at Appendixes A and E are
incorporated by reference. 49 CFR Part 21.
11. Records and Reports: The contractor shall keep
such records as necessary to document compliance with
the EEO requirements. Such records shall be retained
for a period of three years following the date of the final
payment to the contractor for all contract work and shall
be available at reasonable times and places for
inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document
the following:
(1) The number and work hours of minority and non-
minority group members and women employed in
each work classification on the project;
(2) The progress and efforts being made in
cooperation with unions, when applicable, to increase
employment opportunities for minorities and women;
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 5
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
and
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minorities
and women.
b. The contractors and subcontractors will submit an
annual report to the contracting agency each July for the
duration of the project indicating the number of minority,
women, and non- minority group employees currently
engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-
1391. The staffing data should represent the project work
force on board in all or any part of the last payroll period
preceding the end of July. If on-the-job training is being
required by special provision, the contractor will be required
to collect and report training data. The employment data
should reflect the work force on board during all or any part
of the last payroll period preceding the end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal-aid construction
contracts and to all related construction subcontracts of
more than $10,000. 41 CFR 60-1.5.
As prescribed by 41 CFR 60-1.8, the contractor must ensure
that facilities provided for employees are provided in such a
manner that segregation on the basis of race, color, religion,
sex, sexual orientation, gender identity, or national origin
cannot result. The contractor may neither require such
segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation
extends further to ensure that its employees are not
assigned to perform their services at any location under the
contractor's control where the facilities are segregated. The
term "facilities" includes waiting rooms, work areas,
restaurants and other eating areas, time clocks, restrooms,
washrooms, locker rooms and other storage or dressing
areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing provided
for employees. The contractor shall provide separate or
single-user restrooms and necessary dressing or sleeping
areas to assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal-aid construction
projects exceeding $2,000 and to all related subcontracts
and lower-tier subcontracts (regardless of subcontract
size), in accordance with 29 CFR 5.5. The requirements
apply to all projects located within the right-of-way of a
roadway that is functionally classified as Federal-aid
highway. 23 U.S.C. 113. This excludes roadways
functionally classified as local roads or rural minor
collectors, which are exempt. 23 U.S.C. 101. Where
applicable law requires that projects be treated as a project
on a Federal-aid highway, the provisions of this subpart will
apply regardless of the location of the project. Examples
include: Surface Transportation Block Grant Program
projects funded under 23 U.S.C. 133 [excluding
recreational trails projects], the Nationally Significant
Freight and Highway Projects funded under 23 U.S.C. 117,
and National Highway Freight Program projects funded
under 23 U.S.C. 167.
The following provisions are from the U.S. Department of
Labor regulations in 29 CFR 5.5 “Contract provisions and
related matters” with minor revisions to conform to the
FHWA- 1273 format and FHWA program requirements.
1. Minimum wages (29 CFR 5.5)
a. All laborers and mechanics employed or working
upon the site of the work, will be paid unconditionally and
not less often than once a week, and without subsequent
deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the
Secretary of Labor under the Copeland Act (29 CFR part
3)), the full amount of wages and bona fide fringe benefits
(or cash equivalents thereof) due at time of payment
computed at rates not less than those contained in the
wage determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of
any contractual relationship which may be alleged to exist
between the contractor and such laborers and
mechanics.
Contributions made or costs reasonably anticipated for
bona fide fringe benefits under section 1(b)(2) of the
Davis-Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics,
subject to the provisions of paragraph 1.d. 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 5.5(a)(4). Laborers or mechanics performing work
in more than one classification may be compensated at
the rate specified for each classification for the time
actually worked therein: Provided, That the employer's
payroll records accurately set forth the time spent in each
classification in which work is performed. The wage
determination (including any additional classification and
wage rates conformed under paragraph 1.b. 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.
b.(1) 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:
(i) The work to be performed by the classification
requested is not performed by a classification in the
wage determination; and
(ii) The classification is utilized in the area by the
construction industry; and
(iii) The proposed wage rate, including any bona
fide fringe benefits, bears a reasonable relationship
to the wage rates contained in the wage
determination.
(2) 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, 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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 6
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
advise the contracting officer or will notify the contracting
officer within the 30-day period that additional time is
necessary.
(3) 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.
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraphs 1.b.(2)
or 1.b.(3) 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.
c. 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.
d. 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.
2. Withholding (29 CFR 5.5)
The contracting agency 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, all or part of the wages required by the
contract, the contracting agency may, after written notice to
the contractor, 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 (29 CFR 5.5)
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work
and preserved for a period of three years thereafter for all
laborers and mechanics working at the site of the work.
Such records shall contain the name, address, and social
security number of each such worker, his or her correct
classification, 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.
b. .(1) The contractor shall submit weekly for each week
in which any contract work is performed a copy of all
payrolls to the contracting agency. The payrolls submitted
shall set out accurately and completely all of the
information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and
home addresses shall not be included on weekly
transmittals. Instead the payrolls shall only need to include
an individually identifying number for each employee (e.g.,
the last four digits of the employee's social security
number). The required weekly payroll information may be
submitted in any form desired. Optional Form WH–347 is
available for this purpose from the Wage and Hour Division
Web site. The prime contractor is responsible for the
submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full
social security number and current address of each
covered worker, and shall provide them upon request to
the contracting agency for transmission to the State DOT,
the FHWA or the Wage and Hour Division of the
Department of Labor for purposes of an investigation or
audit of compliance with prevailing wage requirements. It
is not a violation of this section for a prime contractor to
require a subcontractor to provide addresses and social
security numbers to the prime contractor for its own
records, without weekly submission to the contracting
agency.
(2) 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:
(i) That the payroll for the payroll period contains
the information required to be provided under 29 CFR
5.5(a)(3)(ii), the appropriate information is being
maintained under 29 CFR 5.5(a)(3)(i), and that such
information is correct and complete;
(ii) That each laborer or mechanic (including each
helper, apprentice, and trainee) employed on the
contract during the payroll period has been paid the full
weekly wages earned, without rebate, either directly or
indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in 29
CFR part 3;
(iii) That each laborer or mechanic has been paid not
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 7
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
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.
(3) 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
3.b.(2) of this section.
(4) The falsification of any of the above certifications
may subject the contractor or subcontractor to civil or
criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C.
231.
c. The contractor or subcontractor shall make the records
required under paragraph 3.a. of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT,
the FHWA, 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
FHWA may, after written notice to the contractor, the
contracting agency or the State DOT, 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 (29 CFR 5.5)
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they
are employed pursuant to and individually registered in a
bona fide apprenticeship program registered with the U.S.
Department of Labor, Employment and Training
Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency
recognized by the Office, or if a person is employed in his or
her first 90 days of probationary employment as an
apprentice in such an apprenticeship program, who is not
individually registered in the program, but who has been
certified by the Office of Apprenticeship Training, Employer
and Labor Services or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary
employment as an apprentice.
The allowable ratio of apprentices to journeymen on the
job site in any craft classification shall not be greater than
the ratio permitted to the contractor as to the entire work
force under the registered program. Any worker listed on
a payroll at an apprentice wage rate, who is not registered
or otherwise employed as stated above, shall be paid not
less than the applicable wage rate on the wage
determination for the classification of work actually
performed. In addition, any apprentice performing work on
the job site in excess of the ratio permitted under the
registered program shall be paid not less than the
applicable wage rate on the wage determination for the
work actually performed. Where a contractor is performing
construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's
registered program shall be observed.
Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's
level of progress, expressed as a percentage of the
journeymen hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship
program. If the apprenticeship program does not specify
fringe benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for the
applicable classification. If the Administrator determines
that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in
accordance with that determination.
In the event the Office of Apprenticeship Training,
Employer and Labor Services, or a State Apprenticeship
Agency recognized by the Office, withdraws approval of
an apprenticeship program, the contractor will no longer
be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until
an acceptable program is approved
b. Trainees (programs of the USDOL).
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.
c. 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.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 8
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
Secretary of Transportation as promoting EEO in
connection with Federal-aid highway construction programs
are not subject to the requirements of paragraph 4 of this
Section IV. 23 CFR 230.111(e)(2). The straight time hourly
wage rates for apprentices and trainees under such
programs will be established by the particular programs.
The ratio of apprentices and trainees to journeymen shall
not be greater than permitted by the terms of the particular
program
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
as provided in 29 CFR 5.5.
6. Subcontracts. The contractor or subcontractor shall
insert Form FHWA-1273 in any subcontracts and also
require the subcontractors to include Form FHWA-1273 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 as
provided in 29 CFR 5.5.
9. Disputes concerning labor standards. As provided in
29 CFR 5.5, 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 (29 CFR 5.5)
a. 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).
b. 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).
c. The penalty for making false statements is prescribed in
the U.S. Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY
STANDARDS ACT
Pursuant to 29 CFR 5.5(b), the following clauses apply to
any Federal-aid construction contract in an amount in
excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in
addition to the clauses required by 29 CFR 5.5(a) or 29
CFR 4.6. As used in this paragraph, the terms laborers
and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or
subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers
or mechanics shall require or permit any such laborer or
mechanic in any workweek in which 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. 29 CFR 5.5.
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 (in the
case of work done under contract for the District of
Columbia or a territory, to such District or to such territory),
for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in
violation of the clause set forth in paragraph 1 of this
section, in the sum currently provided in 29 CFR 5.5(b)(2)*
for each calendar day on which such individual was
required or permitted to work in excess of the standard
workweek of forty hours without payment of the overtime
wages required by the clause set forth in paragraph 1 of
this section. 29 CFR 5.5.
* $27 as of January 23, 2019 (See 84 FR 213-01, 218) as
may be adjusted annually by the Department of Labor;
pursuant to the Federal Civil Penalties Inflation Adjustment
Act of 1990).
3. Withholding for unpaid wages and liquidated damages.
The FHWA or the contacting agency 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. 29 CFR 5.5.
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
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs 1
through 4 of this section. 29 CFR 5.5.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal-aid construction
contracts on the National Highway System pursuant to 23
CFR 635.116.
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a
greater percentage if specified elsewhere in the contract) of
the total original contract price, excluding any specialty items
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such
specialty items performed may be deducted from the total
original contract price before computing the amount of work
required to be performed by the contractor's own organization
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 9
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
(23 CFR 635.116).
a. The term “perform work with its own organization” in
paragraph 1 of Section VI refers to workers employed or
leased by the prime contractor, and equipment owned or
rented by the prime contractor, with or without operators.
Such term does not include employees or equipment of a
subcontractor or lower tier subcontractor, agents of the
prime contractor, or any other assignees. The term may
include payments for the costs of hiring leased employees
from an employee leasing firm meeting all relevant Federal
and State regulatory requirements. Leased employees
may only be included in this term if the prime contractor
meets all of the following conditions: (based on
longstanding interpretation)
(1) the prime contractor maintains control over the
supervision of the day-to-day activities of the leased
employees;
(2) the prime contractor remains responsible for the
quality of the work of the leased employees;
(3) the prime contractor retains all power to accept
or exclude individual employees from work on the
project; and
(4) the prime contractor remains ultimately responsible
for the payment of predetermined minimum wages, the
submission of payrolls, statements of compliance and
all other Federal regulatory requirements.
b. " Specialty Items" shall be construed to be limited to
work that requires highly specialized knowledge, abilities,
or equipment not ordinarily available in the type of
contracting organizations qualified and expected to bid or
propose on the contract as a whole and in general are to
be limited to minor components of the overall contract. 23
CFR 635.102.
2. Pursuant to 23 CFR 635.116(a), the contract amount
upon which the requirements set forth in paragraph (1) of
Section VI is computed includes the cost of material and
manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. Pursuant to 23 CFR 635.116(c), the contractor shall
furnish (a) a competent superintendent or supervisor who
is employed by the firm, has full authority to direct
performance of the work in accordance with the contract
requirements, and is in charge of all construction
operations (regardless of who performs the work) and (b)
such other of its own organizational resources
(supervision, management, and engineering services) as
the contracting officer determines is necessary to assure
the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of
the contracting officer, or authorized representative, and
such consent when given shall not be construed to relieve
the contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent
provisions and requirements of the prime contract. (based
on long- standing interpretation of 23 CFR 635.116).
5. The 30- percent self-performance requirement of
paragraph (1) is not applicable to design-build contracts;
however, contracting agencies may establish their own
self-performance requirements. 23 CFR 635.116(d).
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal-aid
construction contracts and to all related subcontracts.
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR Part
635). The contractor shall provide all safeguards, safety
devices and protective equipment and take any other
needed actions as it determines, or as the contracting
officer may determine, to be reasonably necessary to
protect the life and health of employees on the job and the
safety of the public and to protect property in connection
with the performance of the work covered by the contract.
23 CFR 635.108.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters
into pursuant to this contract, that the contractor and any
subcontractor shall not permit any employee, in
performance of the contract, to work in surroundings or
under conditions which are unsanitary, hazardous or
dangerous to his/her health or safety, as determined
under construction safety and health standards (29 CFR
Part 1926) promulgated by the Secretary of Labor, in
accordance with Section 107 of the Contract Work Hours
and Safety Standards Act (40 U.S.C. 3704). 29 CFR
1926.10.
3. Pursuant to 29 CFR 1926.3, it is a condition of this
contract that the Secretary of Labor or authorized
representative thereof, shall have right of entry to any site
of contract performance to inspect or investigate the
matter of compliance with the construction safety and
health standards and to carry out the duties of the
Secretary under Section 107 of the Contract Work Hours
and Safety Standards Act (40 U.S.C. 3704).
VIII. FALSE STATEMENTS CONCERNING
HIGHWAY PROJECTS
This provision is applicable to all Federal-aid
construction contracts and to all related subcontracts.
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a
high degree of reliability on statements and representations
made by engineers, contractors, suppliers, and workers on
Federal- aid highway projects, it is essential that all persons
concerned with the project perform their functions as
carefully, thoroughly, and honestly as possible. Willful
falsification, distortion, or misrepresentation with respect to
any facts related to the project is a violation of Federal law.
To prevent any misunderstanding regarding the seriousness
of these and similar acts, Form FHWA-1022 shall be posted
on each Federal-aid highway project (23 CFR Part 635) in
one or more places where it is readily available to all persons
concerned with the project:
18 U.S.C. 1020 reads as follows:
“Whoever, being an officer, agent, or employee of the
United States, or of any State or Territory, or whoever,
whether a person, association, firm, or corporation,
knowingly makes any false statement, false representation,
or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality
of the work performed or to be performed, or the cost thereof
in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any
highway or related project submitted for approval to the
Secretary of Transportation; or
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 10
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or
to be performed, or materials furnished or to be furnished, in
connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement,
certificate, or report submitted pursuant to provisions of the
Federal-aid Roads Act approved July 11, 1916, (39 Stat.
355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than
5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND
FEDERAL WATER POLLUTION CONTROL ACT (42
U.S.C. 7606; 2 CFR 200.88; EO 11738)
This provision is applicable to all Federal-aid construction
contracts in excess of $150,000 and to all related
subcontracts. 48 CFR 2.101; 2 CFR 200.326.
By submission of this bid/proposal or the execution of this
contract or subcontract, as appropriate, the bidder,
proposer, Federal-aid construction contractor,
subcontractor, supplier, or vendor agrees to comply with all
applicable standards, orders or regulations issued pursuant
to the Clean Air Act (42 U.S.C. 7401-7671q) and the
Federal Water Pollution Control Act, as amended (33
U.S.C. 1251-1387). Violations must be reported to the
Federal Highway Administration and the Regional Office of
the Environmental Protection Agency. 2 CFR Part 200,
Appendix II.
The contractor agrees to include or cause to be included
the requirements of this Section in every subcontract, and
further agrees to take such action as the contracting
agency may direct as a means of enforcing such
requirements. 2 CFR 200.326.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal-aid construction
contracts, design-build contracts, subcontracts, lower-tier
subcontracts, purchase orders, lease agreements,
consultant contracts or any other covered transaction
requiring FHWA approval or that is estimated to cost
$25,000 or more – as defined in 2 CFR Parts 180 and 1200.
2 CFR 180.220 and 1200.220.
1. Instructions for Certification – First Tier Participants:
a. By signing and submitting this proposal, the
prospective first tier participant is providing the
certification set out below.
b. The inability of a person to provide the certification set
out below will not necessarily result in denial of
participation in this covered transaction. The prospective
first tier participant shall submit an explanation of why it
cannot provide the certification set out below. The
certification or explanation will be considered in
connection with the department or agency's determination
whether to enter into this transaction. However, failure of
the prospective first tier participant to furnish a certification
or an explanation shall disqualify such a person from
participation in this transaction. 2 CFR 180.320.
c. The certification in this clause is a material
representation of fact upon which reliance was placed
when the contracting agency determined to enter into this
transaction. If it is later determined that the prospective
participant knowingly rendered an erroneous certification,
in addition to other remedies available to the Federal
Government, the contracting agency may terminate this
transaction for cause of default. 2 CFR 180.325.
d. The prospective first tier participant shall provide
immediate written notice to the contracting agency to
whom this proposal is submitted if any time the
prospective first tier participant learns that its certification
was erroneous when submitted or has become
erroneous by reason of changed circumstances. 2 CFR
180.345 and 180.350.
e. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person,"
"principal," and "voluntarily excluded," as used in this
clause, are defined in 2 CFR Parts 180, Subpart I,
180.900-180.1020, and 1200. “First Tier Covered
Transactions” refers to any covered transaction between
a recipient or subrecipient of Federal funds and a
participant (such as the prime or general contract).
“Lower Tier Covered Transactions” refers to any covered
transaction under a First Tier Covered Transaction (such
as subcontracts). “First Tier Participant” refers to the
participant who has entered into a covered transaction
with a recipient or subrecipient of Federal funds (such as
the prime or general contractor). “Lower Tier Participant”
refers any participant who has entered into a covered
transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by
submitting this proposal that, should the proposed
covered transaction be entered into, it shall not
knowingly enter into any lower tier covered transaction
with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in
this covered transaction, unless authorized by the
department or agency entering into this transaction. 2
CFR 180.330.
g. The prospective first tier participant further agrees
by submitting this proposal that it will include the clause
titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion-Lower Tier Covered
Transactions," provided by the department or
contracting agency, entering into this covered
transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactions exceeding the $25,000 threshold. 2 CFR
180.220 and 180.300.
h. A participant in a covered transaction may rely
upon a certification of a prospective participant in a lower
tier covered transaction that is not debarred, suspended,
ineligible, or voluntarily excluded from the covered
transaction, unless it knows that the certification is
erroneous. 2 CFR 180.300; 180.320, and 180.325. A
participant is responsible for ensuring that its principals
are not suspended, debarred, or otherwise ineligible to
participate in covered transactions. 2 CFR 180.335. To
verify the eligibility of its principals, as well as the
eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the System
for Award Management website (https://www.sam.gov/).
2 CFR 180.300, 180.320, and 180.325.
i. Nothing contained in the foregoing shall be
construed to require the establishment of a system of
records in order to render in good faith the certification
required by this clause. The knowledge and information
of the prospective participant is not required to exceed
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 11
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
that which is normally possessed by a prudent person in
the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f)
of these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
department or agency may terminate this transaction for
cause or default. 2 CFR 180.325.
* * * * *
2. Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary
Exclusion – First Tier Participants:
a. The prospective first tier participant certifies to the best
of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded
from participating in covered transactions by any Federal
department or agency, 2 CFR 180.335;.
(2) Have not within a three-year period preceding this
proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a
criminal offense in connection with obtaining, attempting
to obtain, or performing a public (Federal, State, or local)
transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false
statements, or receiving stolen property, 2 CFR 180.800;
(3) Are not presently indicted for or otherwise
criminally or civilly charged by a governmental entity
(Federal, State or local) with commission of any of the
offenses enumerated in paragraph (a)(2) of this
certification, 2 CFR 180.700 and 180.800; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
2 CFR 180.335(d).
(5) Are not a corporation that has been convicted of
a felony violation under any Federal law within the two-
year period preceding this proposal (USDOT Order
4200.6 implementing appropriations act requirements);
and
(6) Are not a corporation with any unpaid Federal tax
liability that has been assessed, for which all judicial and
administrative remedies have been exhausted, or have
lapsed, and that is not being paid in a timely manner
pursuant to an agreement with the authority responsible
for collecting the tax liability (USDOT Order 4200.6
implementing appropriations act requirements).
b. Where the prospective participant is unable to
certify to any of the statements in this certification, such
prospective participant should attach an explanation to
this proposal. 2 CFR 180.335 and 180.340.
3. Instructions for Certification - Lower Tier
Participants:
(Applicable to all subcontracts, purchase orders, and other
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and
1200). 2 CFR 180.220 and 1200.220.
a. By signing and submitting this proposal, the
prospective lower tier participant is providing the
certification set out below.
b. The certification in this clause is a material
representation of fact upon which reliance was placed
when this transaction was entered into. If it is later
determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition
to other remedies available to the Federal Government,
the department, or agency with which this transaction
originated may pursue available remedies, including
suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this
proposal is submitted if at any time the prospective lower
tier participant learns that its certification was erroneous
by reason of changed circumstances. 2 CFR 180.365.
d. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person,"
"principal," and "voluntarily excluded," as used in this
clause, are defined in 2 CFR Parts 180, Subpart I, 180.900
– 180.1020, and 1200. You may contact the person to
which this proposal is submitted for assistance in
obtaining a copy of those regulations. “First Tier Covered
Transactions” refers to any covered transaction between a
recipient or subrecipient of Federal funds and a participant
(such as the prime or general contract). “Lower Tier
Covered Transactions” refers to any covered transaction
under a First Tier Covered Transaction (such as
subcontracts). “First Tier Participant” refers to the
participant who has entered into a covered transaction with
a recipient or subrecipient of Federal funds (such as the
prime or general contractor). “Lower Tier Participant”
refers any participant who has entered into a covered
transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by
submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction,
unless authorized by the department or agency with which
this transaction originated. 2 CFR 1200.220 and 1200.332.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion-Lower Tier Covered
Transaction," without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactions exceeding the $25,000 threshold. 2 CFR
180.220 and 1200.220.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier
covered transaction that is not debarred, suspended,
ineligible, or voluntarily excluded from the covered
transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its
principals are not suspended, debarred, or otherwise
ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any
lower tier prospective participants, each participant may, but
is not required to, check the System for Award Management
website (https://www.sam.gov/), which is compiled by the
General Services Administration. 2 CFR 180.300, 180.320,
180.330, and 180.335.
h. Nothing contained in the foregoing shall be construed
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 12
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
to require establishment of a system of records in order to
render in good faith the certification required by this clause.
The knowledge and information of participant is not required
to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e
of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered
transaction with a person who is suspended, debarred,
ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the
Federal Government, the department or agency with
which this transaction originated may pursue available
remedies, including suspension and/or debarment. 2 CFR
180.325.
* * * * *
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion--Lower Tier
Participants:
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its
principals:
(a) is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded
from participating in covered transactions by any Federal
department or agency, 2 CFR 180.355;
(b) is a a corporation that has been convicted of a felony
violation under any Federal law within the two-year period
preceding this proposal (USDOT Order 4200.6
implementing appropriations act requirements); and
(c) is a corporation with any unpaid Federal tax liability that
has been assessed, for which all judicial and administrative
remedies have been exhausted, or have lapsed, and that
is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the
tax liability. (USDOT Order 4200.6 implementing
appropriations act requirements)
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant should attach an explanation to
this proposal.
* * * * *
XI. CERTIFICATION REGARDING USE OF
CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal-aid
construction contracts and to all related subcontracts
which exceed $100,000. 49 CFR Part 20, App. A.
1. The prospective participant certifies, by signing and
submitting this bid or proposal, 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 any Federal 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
influencing or attempting to influence an officer or
employee of any Federal 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.
2. 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. 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.
3. The prospective participant also agrees by
submitting its bid or proposal that the participant shall
require that the language of this certification be included
in all lower tier subcontracts, which exceed $100,000
and that all such recipients shall certify and disclose
accordingly.
XII. USE OF UNITED STATES-FLAG VESSELS:
This provision is applicable to all Federal-aid construction
contracts, design-build contracts, subcontracts, lower-tier
subcontracts, purchase orders, lease agreements, or any
other covered transaction. 46 CFR Part 381.
This requirement applies to material or equipment that is
acquired for a specific Federal-aid highway project. 46
CFR 381.7. It is not applicable to goods or materials that
come into inventories independent of an FHWA funded-
contract.
When oceanic shipments (or shipments across the Great
Lakes) are necessary for materials or equipment acquired
for a specific Federal-aid construction project, the bidder,
proposer, contractor, subcontractor, or vendor agrees:
1. To utilize 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 this contract, to the
extent such vessels are available at fair and reasonable
rates for United States-flag commercial vessels. 46 CFR
381.7.
2. To furnish within 20 days following the date of loading
for shipments originating within the United States or within
30 working days following the date of loading 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 paragraph (b)(1)
of this section to both the Contracting Officer (through the
prime contractor in the case of subcontractor bills-of-
lading) and to the Office of Cargo and Commercial Sealift
(MAR-620), Maritime Administration, Washington, DC
20590. (MARAD requires copies of the ocean carrier's
(master) bills of lading, certified onboard, dated, with rates
and charges. These bills of lading may contain business
sensitive information and therefore may be submitted
directly to MARAD by the Ocean Transportation
Intermediary on behalf of the contractor). 46 CFR 381.7.
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL
ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B,
Appendix B) This provision is applicable to all Federal-aid
projects funded under the Appalachian Regional
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 13
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
Development Act of 1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be,
done as on-site work, shall give preference to qualified
persons who regularly reside in the labor area as
designated by the DOL wherein the contract work is
situated, or the subregion, or the Appalachian counties of
the State wherein the contract work is situated, except:
a. To the extent that qualified persons regularly residing
in the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel
necessary to assure an efficient execution of the
contract work.
c. For the obligation of the contractor to offer
employment to present or former employees as the
result of a lawful collective bargaining contract, provided
that the number of nonresident persons employed under
this subparagraph (1c) shall not exceed 20 percent of
the total number of employees employed by the
contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of
the laborers, mechanics and other employees required to
perform the contract work, (b) the number of employees
required in each classification, (c) the date on which the
participant estimates such employees will be required,
and (d) any other pertinent information required by the
State Employment Service to complete the job order form.
The job order may be placed with the State Employment
Service in writing or by telephone. If during the course of
the contract work, the information submitted by the
contractor in the original job order is substantially
modified, the participant shall promptly notify the State
Employment Service.
3. The contractor shall give full consideration to all
qualified job applicants referred to him by the State
Employment Service. The contractor is not required to
grant employment to any job applicants who, in his
opinion, are not qualified to perform the classification of
work required.
4. If, within one week following the placing of a job order
by the contractor with the State Employment Service, the
State Employment Service is unable to refer any qualified
job applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who
do not normally reside in the labor area to fill positions
covered by the certificate, notwithstanding the provisions
of subparagraph (1c) above.
5. The provisions of 23 CFR 633.207(e) allow the
contracting agency to provide a contractual preference for
the use of mineral resource materials native to the
Appalachian region.
6. The contractor shall include the provisions of Sections
1 through 4 of this Attachment A in every subcontract for
work which is, or reasonably may be, done as on-site
work.
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 14
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
FEMALE AND MINORITY GOALS
To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid
Construction Contracts," the following are for female and minority utilization goals for Federal-aid
construction contracts and subcontracts that exceed $10,000:
The nationwide goal for female utilization is 6.9 percent.
The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows:
MINORITY UTILIZATION GOALS
Economic Area Goal
(Percent)
174 Redding CA:
Non-SMSA (Standard Metropolitan Statistical Area) Counties:
CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama
6.8
175 Eureka, CA
Non-SMSA Counties:
CA Del Norte; CA Humboldt; CA Trinity
6.6
San Francisco-Oakland-San Jose, CA:
28.9
25.6
19.6
14.9
9.1
17.1
23.2
SMSA Counties:
7120 Salinas-Seaside-Monterey, CA
CA Monterey
7360 San Francisco-Oakland
CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo
7400 San Jose, CA
176 CA Santa Clara, CA 7485 Santa Cruz, CA
CA Santa Cruz
7500 Santa Rosa
CA Sonoma
8720 Vallejo-Fairfield-Napa, CA
CA Napa; CA Solano
Non-SMSA Counties:
CA Lake; CA Mendocino; CA San Benito
177
Sacramento, CA:
SMSA Counties:
6920 Sacramento, CA
CA Placer; CA Sacramento; CA
Yolo Non-SMSA Counties
CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA
Yuba
16.1
14.3
Stockton-Modesto, CA:
SMSA Counties:
5170 Modesto, CA 12.3
178 CA Stanislaus
8120 Stockton, CA 24.3
CA San Joaquin
Non-SMSA Counties 19.8
CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 15
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
Fresno-Bakersfield, CA
SMSA Counties: 179 0680 Bakersfield, CA 19.1
CA Kern
2840 Fresno, CA 26.1
CA Fresno
Non-SMSA Counties:
CA Kings; CA Madera; CA Tulare
23.6
Los Angeles, CA:
11.9
28.3
21.5
19.0
19.7
24.6
SMSA Counties:
0360 Anaheim-Santa Ana-Garden Grove, CA
CA Orange
4480 Los Angeles-Long Beach, CA
CA Los Angeles
180 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura
6780 Riverside-San Bernardino-Ontario, CA
CA Riverside; CA San Bernardino
7480 Santa Barbara-Santa Maria-Lompoc, CA
CA Santa Barbara
Non-SMSA Counties
CA Inyo; CA Mono; CA San Luis Obispo
San Diego, CA:
16.9
18.2
SMSA Counties
181 7320 San Diego, CA CA San Diego
Non-SMSA Counties
CA Imperial
For the last full week of July during which work is performed under the contract, the prime contractor
and each non material-supplier subcontractor with a subcontract of $10,000 or more must complete
Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 8.
Title VI Assurances.
APPENDIX A
During the performance of this Contract, the contractor, for itself, its assignees and successors in interest
(hereinafter collectively referred to as CONTRACTOR) agrees as follows:
(a) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation, Title 49,
Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter
referred to as the REGULATIONS), which are herein incorporated by reference and made a
part of this agreement.
(b) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the Contract,
shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or
disability in the selection and retention of sub-applicants, including procurements of materials
and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the
discrimination prohibited by Section 21.5 of the Regulations, including employment practices
when the agreement covers a program set forth in Appendix B of the Regulations.
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 16
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
(c) Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to
be performed under a Sub- agreement, including procurements of materials or leases of
equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the
CONTRACTOR’S obligations under this Agreement and the Regulations relative to
nondiscrimination on the grounds of race, color, or national origin.
(d) Information and Reports: CONTRACTOR shall provide all information and reports required by
the Regulations, or directives issued pursuant thereto, and shall permit access to its books,
records, accounts, other sources of information, and its facilities as may be determined by the
California Department of Transportation or FHWA to be pertinent to ascertain compliance with
such Regulations or directives. Where any information required of CONTRACTOR is in the
exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR
shall so certify to the California Department of Transportation or the FHWA as appropriate, and
shall set forth what efforts CONTRACTOR has made to obtain the information.
(e) Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the
nondiscrimination provisions of this agreement, the California Department of Transportation
shall impose such agreement sanctions as it or the FHWA may determine to be appropriate,
including, but not limited to:
(a) withholding of payments to CONTRACTOR under the Agreement within a reasonable
period of time, not to exceed 90 days; and/or
(b) cancellation, termination or suspension of the Agreement, in whole or in part.
(f) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1)
through (6) in every sub-agreement, including procurements of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the California
Department of Transportation or FHWA may direct as a means of enforcing such provisions including
sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in,
or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR
may request the California Department of Transportation enter into such litigation to protect the interests
of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to
protect the interests of the United States.
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 17
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
APPENDIX E
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes
and authorities; including but not limited to:
Pertinent Non-Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C.
§4601), (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal-aid programs and projects);
• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis
of sex);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 4 71, Section 4 7123), as amended,
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs
or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients
and contractors, whether such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of
public accommodation, and certain testing entities (42 U.S.C. §§12131-12189) as implemented by
Department of Transportation regulations at 49 C.P.R. parts 37 and 38;
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations
and Low-Income Populations, which ensures discrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency,
and resulting agency guidance, national origin discrimination includes discrimination because of
limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable
steps to -ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at
74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM EXHIBIT A
CITY PROJECT NO. 01-11 PAGE 18
FEDERAL PROJECT NO. BRLO 5282(017)
FEBRUARY 2023
Use of United States-Flag Vessels (Cargo Preference Act).
The Contractor agrees-
1. To utilize privately owned United States-flag commercial vessels to ship at least 50
percent of the gross tonnage (computed separately for dry bulk carries, dry cargo liners,
and tankers) involved, whenever shipping any equipment, material, or commodities
pursuant to this contract, to the extent such vessels are available at fair and reasonable
rates for United States-flag commercial vessels.
2. To Furnish within 20 days following the date of loading for shipments originating within
the United State or within 30 working days following the date of loading 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 paragraph (1) of
this section to both the Contracting Officer (through the prime contractor in the case of
subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market
Development, Maritime Administration, Washington, DC 20590.
3. To insert the substance of the provisions of this clause in all subcontracts issued
pursuant to this contract.
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 1
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
[REPLACED WITH ADDENDUM 6 ON DECEMBER 12, 2023]
"General Decision Number: CA20220025 10/07/2022
Superseded General Decision Number: CA20210025
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
County: Riverside County in California.
BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not
include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does
not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
______________________________________________________________
|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 $15.00 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 2022. |
|______________________________|_____________________________|
|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: | $11.25 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2022. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 2
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
https://www.dol.gov/agencies/whd/government-contracts.
Modification Number Publication Date
0 01/07/2022
1 01/14/2022
2 01/21/2022
3 02/11/2022
4 02/18/2022
5 02/25/2022
6 04/29/2022
7 08/05/2022
8 08/12/2022
9 08/19/2022
10 09/02/2022
11 09/30/2022
12 10/07/2022
* ASBE0005-002 07/04/2022
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
protective coverings,
coatings, and finishes to all
types of mechanical systems).....$ 49.58 25.27
Fire Stop Technician
(Application of Firestopping
Materials for wall openings
and penetrations in walls,
floors, ceilings and curtain
walls)...........................$ 32.09 19.66
----------------------------------------------------------------
* ASBE0005-004 07/04/2022
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not)....$ 23.52 13.37
----------------------------------------------------------------
BOIL0092-003 01/01/2021
Rates Fringes
BOILERMAKER......................$ 46.03 38.81
----------------------------------------------------------------
* BRCA0004-011 05/01/2020
Rates Fringes
BRICKLAYER; MARBLE SETTER........$ 41.48 18.63
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 3
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
*The wage scale for prevailing wage projects performed in
Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine
Palms, Needles and 1-15 corridor (Barstow to the Nevada
State Line) will be Three Dollars ($3.00) above the
standard San Bernardino/Riverside County hourly wage rate
----------------------------------------------------------------
BRCA0018-004 06/01/2021
Rates Fringes
MARBLE FINISHER..................$ 35.90 14.11
TILE FINISHER....................$ 30.47 12.52
TILE LAYER.......................$ 43.09 18.31
----------------------------------------------------------------
BRCA0018-010 09/01/2021
Rates Fringes
TERRAZZO FINISHER................$ 35.43 14.10
TERRAZZO WORKER/SETTER...........$ 43.61 14.63
----------------------------------------------------------------
CARP0213-001 07/01/2021
Rates Fringes
CARPENTER
(1) Carpenter, Cabinet
Installer, Insulation
Installer, Hardwood Floor
Worker and acoustical
installer...................$ 51.60 16.28
(2) Millwright..............$ 52.10 16.48
(3) Piledrivermen/Derrick
Bargeman, Bridge or Dock
Carpenter, Heavy Framer,
Rock Bargeman or Scowman,
Rockslinger, Shingler
(Commercial)................$ 51.73 16.28
(4) Pneumatic Nailer,
Power Stapler...............$ 51.85 16.28
(5) Sawfiler...............$ 51.69 16.28
(6) Scaffold Builder.......$ 42.80 16.28
(7) Table Power Saw
Operator....................$ 51.70 16.28
FOOTNOTE: Work of forming in the construction of open cut
sewers or storm drains, on operations in which horizontal
lagging is used in conjunction with steel H-Beams driven or
placed in pre- drilled holes, for that portion of a lagged
trench against which concrete is poured, namely, as a
substitute for back forms (which work is performed by
piledrivers): $0.13 per hour additional.
----------------------------------------------------------------
CARP0213-002 07/01/2021
Rates Fringes
Diver
(1) Wet.....................$ 834.40 16.28
(2) Standby.................$ 445.84 16.28
(3) Tender..................$ 437.84 16.28
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 4
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
(4) Assistant Tender........$ 413.84 16.28
Amounts in ""Rates' column are per day
----------------------------------------------------------------
CARP0213-004 07/01/2021
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER....$ 51.60 16.28
STOCKER/SCRAPPER............$ 22.16 8.62
----------------------------------------------------------------
CARP0721-001 07/01/2021
Rates Fringes
Modular Furniture Installer......$ 21.85 7.15
----------------------------------------------------------------
ELEC0440-001 12/27/2021
Rates Fringes
ELECTRICIAN
INSIDE ELECTRICIAN..........$ 49.73 3%+24.44
INTELLIGENT TRANSPORTATION
SYSTEMS
Electrician................$ 36.99 3%+23.18
Technician.................$ 27.75 3%+23.18
ZONE PAY: Zone A: Free travel zone for all contractors
performing work in Zone A.
Zone B:Any work performed in Zone (B) shall add $12.00 per
hour to the current wage scale. Zone (B) shall be the area
from the eastern perimeter of Zone (A) to a line which runs
north and south begininng at Little Morongo Canyon (San
Bernardino/Riverside County Line), Southeast along the
Coachella Tunnels, Colorado River Aqueduct and Mecca
Tunnels to Pinkham Wash then South to Box Canyon Road, then
southwest along Box Canyon Road to Highway 195 west onto
195 south to Highway 86 to Riverside/Imperial County Line.
----------------------------------------------------------------
ELEC1245-001 06/01/2022
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$ 64.40 22.58
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment).............$ 50.00 21.30
(3) Groundman...............$ 38.23 20.89
(4) Powderman...............$ 51.87 18.79
HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day,
Independence Day, Labor Day, Veterans Day, Thanksgiving Day
and day after Thanksgiving, Christmas Day
----------------------------------------------------------------
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 5
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
ELEV0018-001 01/01/2022
Rates Fringes
ELEVATOR MECHANIC................$ 61.34 36.885+a+b
FOOTNOTE:
a. PAID VACATION: Employer contributes 8% of regular hourly
rate as vacation pay credit for employees with more than 5
years of service, and 6% for 6 months to 5 years of service.
b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence
Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday
after Thanksgiving, and Christmas Day.
----------------------------------------------------------------
ENGI0012-003 07/01/2020
Rates Fringes
OPERATOR: Power Equipment
(All Other Work)
GROUP 1....................$ 48.25 27.20
GROUP 2....................$ 49.03 27.20
GROUP 3....................$ 49.32 27.20
GROUP 4....................$ 50.81 27.20
GROUP 5....................$ 48.96 25.25
GROUP 6....................$ 51.03 27.20
GROUP 8....................$ 51.14 27.20
GROUP 9....................$ 49.29 25.25
GROUP 10....................$ 51.26 27.20
GROUP 11....................$ 49.41 25.25
GROUP 12....................$ 51.43 27.20
GROUP 13....................$ 51.53 27.20
GROUP 14....................$ 51.56 27.20
GROUP 15....................$ 51.64 27.20
GROUP 16....................$ 51.76 27.20
GROUP 17....................$ 51.93 27.20
GROUP 18....................$ 52.03 27.20
GROUP 19....................$ 52.14 27.20
GROUP 20....................$ 52.26 27.20
GROUP 21....................$ 52.43 27.20
GROUP 22....................$ 52.53 27.20
GROUP 23....................$ 52.64 27.20
GROUP 24....................$ 52.76 27.20
GROUP 25....................$ 52.93 27.20
OPERATOR: Power Equipment
(Cranes, Piledriving &
Hoisting)
GROUP 1....................$ 49.60 27.20
GROUP 2....................$ 50.38 27.20
GROUP 3....................$ 50.67 27.20
GROUP 4....................$ 50.81 27.20
GROUP 5....................$ 51.03 27.20
GROUP 6....................$ 51.14 27.20
GROUP 7....................$ 51.26 27.20
GROUP 8....................$ 51.43 27.20
GROUP 9....................$ 51.60 27.20
GROUP 10....................$ 52.60 27.20
GROUP 11....................$ 53.60 27.20
GROUP 12....................$ 54.60 27.20
GROUP 13....................$ 55.60 27.20
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 6
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
OPERATOR: Power Equipment
(Tunnel Work)
GROUP 1....................$ 50.10 27.20
GROUP 2....................$ 50.88 27.20
GROUP 3....................$ 51.17 27.20
GROUP 4....................$ 51.31 27.20
GROUP 5....................$ 51.53 27.20
GROUP 6....................$ 51.64 27.20
GROUP 7....................$ 51.76 27.20
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.
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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 7
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
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);
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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 8
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
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
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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 9
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
equipment operator (multiple engine, Euclid, Caterpillar
and similar type, over 50 cu. yds. struck); Rubber-tired
self- loading scraper operator (paddle-wheel-auger type
self-loading - two (2) or more units)
GROUP 13: Rubber-tired earth-moving equipment operator
operating equipment with push-pull system (single engine,
up to and including 25 yds. struck)
GROUP 14: Canal liner operator; Canal trimmer operator;
Remote- control earth-moving equipment operator (operating
a second piece of equipment: $1.00 per hour additional);
Wheel excavator operator (over 750 cu. yds.)
GROUP 15: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (single engine,
Caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds. and up to and including 50
yds. struck); Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple
engine-up to and including 25 yds. struck)
GROUP 16: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (single engine,
over 50 yds. struck); Rubber-tired earth-moving equipment
operator, operating equipment with push-pull system
(multiple engine, Euclid, Caterpillar and similar, over 25
yds. and up to 50 yds. struck)
GROUP 17: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple engine,
Euclid, Caterpillar and similar, over 50 cu. yds. struck);
Tandem tractor operator (operating crawler type tractors in
tandem - Quad 9 and similar type)
GROUP 18: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
single engine, up to and including 25 yds. struck)
GROUP 19: Rotex concrete belt operator (or similar types);
Rubber-tired earth-moving equipment operator, operating in
tandem (scrapers, belly dumps and similar types in any
combination, excluding compaction units - single engine,
Caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds.and up to and including 50
cu. yds. struck); Rubber-tired earth-moving equipment
operator, operating in tandem (scrapers, belly dumps and
similar types in any combination, excluding compaction
units - multiple engine, up to and including 25 yds. struck)
GROUP 20: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
single engine, over 50 yds. struck); Rubber-tired
earth-moving equipment operator, operating in tandem
(scrapers, belly dumps, and similar types in any
combination, excluding compaction units - multiple engine,
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 10
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
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)
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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 11
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
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,
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);
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 12
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
Slip form pump operator (power-driven hydraulic lifting
device for concrete forms); Tugger hoist operator (1 drum);
Tunnel locomotive operator (over 10 and up to and including
30 tons)
GROUP 5: Backhoe operator (up to and including 3/4 yd.);
Small Ford, Case or similar; Drill doctor; Grouting machine
operator; Heading shield operator; Heavy-duty repairperson;
Loader operator (Athey, Euclid, Sierra and similar types);
Mucking machine operator (1/4 yd., rubber-tired, rail or
track type); Pneumatic concrete placing machine operator
(Hackley-Presswell or similar type); Pneumatic heading
shield (tunnel); Pumpcrete gun operator; Tractor compressor
drill combination operator; Tugger hoist operator (2 drum);
Tunnel locomotive operator (over 30 tons)
GROUP 6: Heavy Duty Repairman
GROUP 7: Tunnel mole boring machine operator
ENGINEERS ZONES
$1.00 additional per hour for all of IMPERIAL County and the
portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as
defined below:
That area within the following Boundary: Begin in San
Bernardino County, approximately 3 miles NE of the intersection
of I-15 and the California State line at that point which is
the NW corner of Section 1, T17N,m R14E, San Bernardino
Meridian. Continue W in a straight line to that point which is
the SW corner of the northwest quarter of Section 6, T27S,
R42E, Mt. Diablo Meridian. Continue North to the intersection
with the Inyo County Boundary at that point which is the NE
corner of the western half of the northern quarter of Section
6, T25S, R42E, MDM. Continue W along the Inyo and San
Bernardino County boundary until the intersection with Kern
County, as that point which is the SE corner of Section 34,
T24S, R40E, MDM. Continue W along the Inyo and Kern County
boundary until the intersection with Tulare County, at that
point which is the SW corner of the SE quarter of Section 32,
T24S, R37E, MDM. Continue W along the Kern and Tulare County
boundary, until that point which is the NW corner of T25S,
R32E, MDM. Continue S following R32E lines to the NW corner of
T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E,
MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue
W to SW corner of SE quarter of Section 34, T32S, R30E, MDM.
Continue S to SW corner of T11N, R17W, SBM. Continue E along
south boundary of T11N, SBM to SW corner of T11N, R7W, SBM.
Continue S to SW corner of T9N, R7W, SBM. Continue E along
south boundary of T9N, SBM to SW corner of T9N, R1E, SBM.
Continue S along west boundary of R1E, SMB to Riverside County
line at the SW corner of T1S, R1E, SBM. Continue E along south
boundary of T1s, SBM (Riverside County Line) to SW corner of
T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to
Imperial County line at the SW corner of T8S, R10E, SBM.
Continue W along Imperial and Riverside county line to NW
corner of T9S, R9E, SBM. Continue S along the boundary between
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 13
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
Imperial and San Diego Counties, along the west edge of R9E,
SBM to the south boundary of Imperial County/California state
line. Follow the California state line west to Arizona state
line, then north to Nevada state line, then continuing NW back
to start at the point which is the NW corner of Section 1,
T17N, R14E, SBM
$1.00 additional per hour for portions of SAN LUIS OBISPO,
KERN, SANTA BARBARA & VENTURA as defined below:
That area within the following Boundary: Begin approximately 5
miles north of the community of Cholame, on the Monterey County
and San Luis Obispo County boundary at the NW corner of T25S,
R16E, Mt. Diablo Meridian. Continue south along the west side
of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW
corner of T30S, R17E, MDM. Continue S to SW corner of T31S,
R17E, MDM. Continue E to SW corner of T31S, R18E, MDM.
Continue S along West side of R18E, MDM as it crosses into San
Bernardino Meridian numbering area and becomes R30W. Follow
the west side of R30W, SBM to the SW corner of T9N, R30W, SBM.
Continue E along the south edge of T9N, SBM to the Santa
Barbara County and Ventura County boundary at that point whch
is the SW corner of Section 34.T9N, R24W, SBM, continue S along
the Ventura County line to that point which is the SW corner of
the SE quarter of Section 32, T7N, R24W, SBM. Continue E
along the south edge of T7N, SBM to the SE corner to T7N, R21W,
SBM. Continue N along East side of R21W, SBM to Ventura County
and Kern County boundary at the NE corner of T8N, R21W.
Continue W along the Ventura County and Kern County boundary to
the SE corner of T9N, R21W. Continue North along the East edge
of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue
West along the north edge of T12N, SBM to the SE corner of
T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM
and T32S MDM]. Continue North along the East side of R21E, MDM
to the Kings County and Kern County border at the NE corner of
T25S, R21E, MDM, continue West along the Kings County and Kern
County Boundary until the intersection of San Luis Obispo
County. Continue west along the Kings County and San Luis
Obispo County boundary until the intersection with Monterey
County. Continue West along the Monterey County and San Luis
Obispo County boundary to the beginning point at the NW corner
of T25S, R16E, MDM.
$2.00 additional per hour for INYO and MONO Counties and the
Northern portion of SAN BERNARDINO County as defined below:
That area within the following Boundary: Begin at the
intersection of the northern boundary of Mono County and the
California state line at the point which is the center of
Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then
SE along the entire western boundary of Mono County, until it
reaches Inyo County at the point which is the NE corner of the
Western half of the NW quarter of Section 2, T8S, R29E, MDM.
Continue SSE along the entire western boundary of Inyo County,
until the intersection with Kern County at the point which is
the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM.
Continue E along the Inyo and Kern County boundary until the
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 14
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
intersection with San Bernardino County at that point which is
the SE corner of section 34, T24S, R40E, MDM. Continue E along
the Inyo and San Bernardino County boundary until the point
which is the NE corner of the Western half of the NW quarter of
Section 6, T25S, R42E, MDM. Continue S to that point which is
the SW corner of the NW quarter of Section 6, T27S, R42E, MDM.
Continue E in a straight line to the California and Nevada
state border at the point which is the NW corner of Section 1,
T17N, R14E, San Bernardino Meridian. Then continue NW along
the state line to the starting point, which is the center of
Section 18, T10N, R22E, MDM.
REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE
----------------------------------------------------------------
ENGI0012-004 08/01/2020
Rates Fringes
OPERATOR: Power Equipment
(DREDGING)
(1) Leverman................$ 56.40 30.00
(2) Dredge dozer............$ 50.43 30.00
(3) Deckmate................$ 50.32 30.00
(4) Winch operator (stern
winch on dredge)............$ 49.77 30.00
(5) Fireman-Oiler,
Deckhand, Bargeman,
Leveehand...................$ 49.23 30.00
(6) Barge Mate..............$ 49.84 30.00
----------------------------------------------------------------
IRON0433-006 07/01/2020
Rates Fringes
IRONWORKER
Fence Erector...............$ 34.58 24.81
Ornamental, Reinforcing
and Structural..............$ 41.00 33.45
PREMIUM PAY:
$6.00 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
$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
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 15
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
LABO0300-005 08/01/2022
Rates Fringes
Asbestos Removal Laborer.........$ 39.23 23.28
SCOPE OF WORK: Includes site mobilization, initial site
cleanup, site preparation, removal of asbestos-containing
material and toxic waste, encapsulation, enclosure and
disposal of asbestos- containing materials and toxic waste
by hand or with equipment or machinery; scaffolding,
fabrication of temporary wooden barriers and assembly of
decontamination stations.
----------------------------------------------------------------
LABO0345-001 07/01/2022
Rates Fringes
LABORER (GUNITE)
GROUP 1.....................$ 48.50 21.37
GROUP 2.....................$ 47.55 21.37
GROUP 3.....................$ 44.01 21.37
FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a
Bosn'n's Chair or suspended from a rope or cable shall
receive 40 cents per hour above the foregoing applicable
classification rates. Workers doing gunite and/or
shotcrete work in a tunnel shall receive 35 cents per hour
above the foregoing applicable classification rates, paid
on a portal-to-portal basis. Any work performed on, in or
above any smoke stack, silo, storage elevator or similar
type of structure, when such structure is in excess of
75'-0"" above base level and which work must be performed in
whole or in part more than 75'-0"" above base level, that
work performed above the 75'-0"" level shall be compensated
for at 35 cents per hour above the applicable
classification wage rate.
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Rodmen, Nozzlemen
GROUP 2: Gunmen
GROUP 3: Reboundmen
----------------------------------------------------------------
LABO1184-001 07/01/2022
Rates Fringes
Laborers: (HORIZONTAL
DIRECTIONAL DRILLING)
(1) Drilling Crew Laborer...$ 40.69 18.25
(2) Vehicle Operator/Hauler.$ 40.86 18.25
(3) Horizontal Directional
Drill Operator..............$ 42.71 18.25
(4) Electronic Tracking
Locator.....................$ 44.71 18.25
Laborers: (STRIPING/SLURRY
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 16
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
SEAL)
GROUP 1.....................$ 41.90 21.32
GROUP 2.....................$ 43.20 21.32
GROUP 3.....................$ 45.21 21.32
GROUP 4.....................$ 46.95 21.32
LABORERS - STRIPING CLASSIFICATIONS
GROUP 1: Protective coating, pavement sealing, including
repair and filling of cracks by any method on any surface
in parking lots, game courts and playgrounds; carstops;
operation of all related machinery and equipment; equipment
repair technician
GROUP 2: Traffic surface abrasive blaster; pot tender -
removal of all traffic lines and markings by any method
(sandblasting, waterblasting, grinding, etc.) and
preparation of surface for coatings. Traffic control
person: controlling and directing traffic through both
conventional and moving lane closures; operation of all
related machinery and equipment
GROUP 3: Traffic delineating device applicator: Layout and
application of pavement markers, delineating signs, rumble
and traffic bars, adhesives, guide markers, other traffic
delineating devices including traffic control. This
category includes all traffic related surface preparation
(sandblasting, waterblasting, grinding) as part of the
application process. Traffic protective delineating system
installer: removes, relocates, installs, permanently
affixed roadside and parking delineation barricades,
fencing, cable anchor, guard rail, reference signs,
monument markers; operation of all related machinery and
equipment; power broom sweeper
GROUP 4: Striper: layout and application of traffic stripes
and markings; hot thermo plastic; tape traffic stripes and
markings, including traffic control; operation of all
related machinery and equipment
----------------------------------------------------------------
LABO1184-002 07/01/2022
Rates Fringes
LABORER (TUNNEL)
GROUP 1.....................$ 45.68 23.30
GROUP 2.....................$ 46.00 23.30
GROUP 3.....................$ 46.46 23.30
GROUP 4.....................$ 47.15 23.30
LABORER
GROUP 1.....................$ 36.39 21.04
GROUP 2.....................$ 36.94 21.04
GROUP 3.....................$ 37.49 21.04
GROUP 4.....................$ 39.04 21.04
GROUP 5.....................$ 39.39 21.04
LABORER CLASSIFICATIONS
GROUP 1: Cleaning and handling of panel forms; Concrete
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 17
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
screeding for rough strike-off; Concrete, water curing;
Demolition laborer, the cleaning of brick if performed by a
worker performing any other phase of demolition work, and
the cleaning of lumber; Fire watcher, limber, brush loader,
piler and debris handler; Flag person; Gas, oil and/or
water pipeline laborer; Laborer, asphalt-rubber material
loader; Laborer, general or construction; Laborer, general
clean-up; Laborer, landscaping; Laborer, jetting; Laborer,
temporary water and air lines; Material hose operator
(walls, slabs, floors and decks); Plugging, filling of shee
bolt holes; Dry packing of concrete; Railroad maintenance,
repair track person and road beds; Streetcar and railroad
construction track laborers; Rigging and signaling; Scaler;
Slip form raiser; Tar and mortar; Tool crib or tool house
laborer; Traffic control by any method; Window cleaner;
Wire mesh pulling - all concrete pouring operations
GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger
mixer and handling bulk cement); Cesspool digger and
installer; Chucktender; Chute handler, pouring concrete,
the handling of the chute from readymix trucks, such as
walls, slabs, decks, floors, foundation, footings, curbs,
gutters and sidewalks; Concrete curer, impervious membrane
and form oiler; Cutting torch operator (demolition); Fine
grader, highways and street paving, airport, runways and
similar type heavy construction; Gas, oil and/or water
pipeline wrapper - pot tender and form person; Guinea
chaser; Headerboard person - asphalt; Laborer, packing rod
steel and pans; Membrane vapor barrier installer; Power
broom sweeper (small); Riprap stonepaver, placing stone or
wet sacked concrete; Roto scraper and tiller; Sandblaster
(pot tender); Septic tank digger and installer(lead); Tank
scaler and cleaner; Tree climber, faller, chain saw
operator, Pittsburgh chipper and similar type brush
shredder; Underground laborer, including caisson bellower
GROUP 3: Buggymobile person; Concrete cutting torch; Concrete
pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or
longer; Dri-pak-it machine; Gas, oil and/or water pipeline
wrapper, 6-in. pipe and over, by any method, inside and
out; High scaler (including drilling of same); Hydro seeder
and similar type; Impact wrench multi-plate; Kettle person,
pot person and workers applying asphalt, lay-kold,
creosote, lime caustic and similar type materials
(""applying"" means applying, dipping, brushing or handling
of such materials for pipe wrapping and waterproofing);
Operator of pneumatic, gas, electric tools, vibrating
machine, pavement breaker, air blasting, come-alongs, and
similar mechanical tools not separately classified herein;
Pipelayer's backup person, coating, grouting, making of
joints, sealing, caulking, diapering and including rubber
gasket joints, pointing and any and all other services;
Rock slinger; Rotary scarifier or multiple head concrete
chipping scarifier; Steel headerboard and guideline setter;
Tamper, Barko, Wacker and similar type; Trenching machine,
hand-propelled
GROUP 4: Asphalt raker, lute person, ironer, asphalt dump
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 18
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
person, and asphalt spreader boxes (all types); Concrete
core cutter (walls, floors or ceilings), grinder or sander;
Concrete saw person, cutting walls or flat work, scoring
old or new concrete; Cribber, shorer, lagging, sheeting and
trench bracing, hand-guided lagging hammer; Head rock
slinger; Laborer, asphalt- rubber distributor boot person;
Laser beam in connection with laborers' work; Oversize
concrete vibrator operator, 70 lbs. and over; Pipelayer
performing all services in the laying and installation of
pipe from the point of receiving pipe in the ditch until
completion of operation, including any and all forms of
tubular material, whether pipe, metallic or non-metallic,
conduit and any other stationary type of tubular device
used for the conveying of any substance or element, whether
water, sewage, solid gas, air, or other product whatsoever
and without regard to the nature of material from which the
tubular material is fabricated; No-joint pipe and stripping
of same; Prefabricated manhole installer; Sandblaster
(nozzle person), water blasting, Porta Shot-Blast
GROUP 5: Blaster powder, all work of loading holes, placing
and blasting of all powder and explosives of whatever type,
regardless of method used for such loading and placing;
Driller: All power drills, excluding jackhammer, whether
core, diamond, wagon, track, multiple unit, and any and all
other types of mechanical drills without regard to the form
of motive power; Toxic waste removal
TUNNEL LABORER CLASSIFICATIONS
GROUP 1: Batch plant laborer; Changehouse person; Dump
person; Dump person (outside); Swamper (brake person and
switch person on tunnel work); Tunnel materials handling
person; Nipper; Pot tender, using mastic or other materials
(for example, but not by way of limitation, shotcrete, etc.)
GROUP 2: Chucktender, cabletender; Loading and unloading
agitator cars; Vibrator person, jack hammer, pneumatic
tools (except driller); Bull gang mucker, track person;
Concrete crew, including rodder and spreader
GROUP 3: Blaster, driller, powder person; Chemical grout jet
person; Cherry picker person; Grout gun person; Grout mixer
person; Grout pump person; Jackleg miner; Jumbo person;
Kemper and other pneumatic concrete placer operator; Miner,
tunnel (hand or machine); Nozzle person; Operating of
troweling and/or grouting machines; Powder person (primer
house); Primer person; Sandblaster; Shotcrete person; Steel
form raiser and setter; Timber person, retimber person,
wood or steel; Tunnel Concrete finisher
GROUP 4: Diamond driller; Sandblaster; Shaft and raise work
----------------------------------------------------------------
* LABO1184-004 07/01/2022
Rates Fringes
Brick Tender.....................$ 37.32 21.45
----------------------------------------------------------------
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 19
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
LABO1414-001 08/03/2022
Rates Fringes
LABORER
PLASTER CLEAN-UP LABORER....$ 38.92 23.32
PLASTER TENDER..............$ 41.47 23.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0036-001 07/01/2020
Rates Fringes
Painters: (Including Lead
Abatement)
(1) Repaint (excludes San
Diego County)...............$ 29.59 17.12
(2) All Other Work..........$ 33.12 17.24
REPAINT of any previously painted structure. Exceptions:
work involving the aerospace industry, breweries,
commercial recreational facilities, hotels which operate
commercial establishments as part of hotel service, and
sports facilities.
----------------------------------------------------------------
PAIN0036-008 09/01/2022
Rates Fringes
DRYWALL FINISHER/TAPER...........$ 46.28 23.52
----------------------------------------------------------------
PAIN0036-015 01/01/2020
Rates Fringes
GLAZIER..........................$ 43.45 23.39
FOOTNOTE: Additional $1.25 per hour for work in a condor,
from the third (3rd) floor and up Additional $1.25 per
hour for work on the outside of the building from a swing
stage or any suspended contrivance, from the ground up
----------------------------------------------------------------
PLAS0200-009 08/03/2022
Rates Fringes
PLASTERER........................$ 47.37 19.64
----------------------------------------------------------------
PLAS0500-002 07/01/2020
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 38.50 25.91
----------------------------------------------------------------
PLUM0016-001 09/01/2022
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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 20
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
floor space.................$ 53.51 25.28
Work ONLY on strip malls,
light commercial, tenant
improvement and remodel
work........................$ 40.95 23.61
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........................$ 55.18 26.26
----------------------------------------------------------------
PLUM0345-001 09/01/2022
Rates Fringes
PLUMBER
Landscape/Irrigation Fitter.$ 38.20 25.65
Sewer & Storm Drain Work....$ 42.29 23.03
----------------------------------------------------------------
ROOF0036-002 08/01/2022
Rates Fringes
ROOFER...........................$ 43.47 19.52
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 $1.75 per
hour ""pitch premium"" pay.
----------------------------------------------------------------
SFCA0669-002 01/01/2022
Rates Fringes
SPRINKLER FITTER.................$ 41.27 26.77
----------------------------------------------------------------
SHEE0105-003 01/01/2022
LOS ANGELES (South of a straight line drawn between Gorman and
Big Pines)and Catalina Island, INYO, KERN (Northeast part, East
of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES
Rates Fringes
SHEET METAL WORKER
(1) Commercial - New
Construction and Remodel
work........................$ 50.23 29.60
(2) Industrial work
including air pollution
control systems, noise
abatement, hand rails,
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 21
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
guard rails, excluding
aritechtural sheet metal
work, excluding A-C,
heating, ventilating
systems for human comfort...$ 48.28 29.46
----------------------------------------------------------------
TEAM0011-002 07/01/2020
Rates Fringes
TRUCK DRIVER
GROUP 1....................$ 32.59 30.59
GROUP 2....................$ 32.74 30.59
GROUP 3....................$ 32.87 30.59
GROUP 4....................$ 33.06 30.59
GROUP 5....................$ 33.09 30.59
GROUP 6....................$ 33.12 30.59
GROUP 7....................$ 33.37 30.59
GROUP 8....................$ 33.62 30.59
GROUP 9....................$ 33.82 30.59
GROUP 10....................$ 34.12 30.59
GROUP 11....................$ 34.62 30.59
GROUP 12....................$ 35.05 30.59
WORK ON ALL MILITARY BASES:
PREMIUM PAY: $3.00 per hour additional.
[29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB,
El Centro Naval Facility, Fort Irwin, Marine Corps
Logistics Base at Nebo & Yermo, Mountain Warfare Training
Center, Bridgeport, Point Arguello, Point Conception,
Vandenberg AFB]
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Truck driver
GROUP 2: Driver of vehicle or combination of vehicles - 2
axles; Traffic control pilot car excluding moving heavy
equipment permit load; Truck mounted broom
GROUP 3: Driver of vehicle or combination of vehicles - 3
axles; Boot person; Cement mason distribution truck; Fuel
truck driver; Water truck - 2 axle; Dump truck, less than
16 yds. water level; Erosion control driver
GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete
truck, less than 6-1/2 yds. water level
GROUP 5: Water truck, 3 or more axles; Truck greaser and tire
person ($0.50 additional for tire person); Pipeline and
utility working truck driver, including winch truck and
plastic fusion, limited to pipeline and utility work;
Slurry truck driver
GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck,
6-1/2 yds. water level and over; Vehicle or combination of
vehicles - 4 or more axles; Oil spreader truck; Dump truck,
16 yds. to 25 yds. water level
GROUP 7: A Frame, Swedish crane or similar; Forklift driver;
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 22
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
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) (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
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
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 23
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
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.
----------------------------------------------------------------
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
INDIAN CANYON DRIVE WIDENING AGREEMENT FORM FEDERAL WAGE RATES
CITY PROJECT NO. 01-11 PAGE 24
FEDERAL PROJECT NO. BRLO 5282(017)
SEPTEMBER 2022
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION"
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
DocuSign Envelope ID: 80F0CE55-4E05-4571-9435-678E7E96E28F
2,3a�14
CALIFORNIA PRELIMINARY NOTICE
* ***PLSPSE ISSUE JOINT CHECKS*****
NOTICE IS HEREBY GIVEN that:
ROBERTSON'S
200 S MAIN ST
CORONA CA 92882
(951)685-2200
Has or will Furnish labor, services, equipment, or materials, generally described as:
READY MIX CONCRETE, ROCK & SAND
To be furnished or furnished for the building, structure or the work of improvement
described as follows:
6400 N INDIAN CANYON DR
PALM SPRINGS
J.C.N. # 240405
Tract No. CONT:461146
Lot No.INDIAN CANYON DR PRJ NO 01-11
Cert Num: 21226587
Name of Person or Firm who contracted for purchase of the labor, services,
equipment, or materials h:
GEOSTRUCTURAL ENGINEERING
7172 REGIONAL ST #440
DUBLIN CA 94568
An estimate of the total pries of said labor, services, equipment or materials is:
7,523.72
NOTICE TO PROPERTY OWNER
EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL, If
the person or firm that has given you this notice is not paid In
full for labor, service, equipment, or material provided or to be
provided to your construction project, a lien may be placed on
your property. Foreclosure of the lien may lead to loss of all or
part of your property. You may wish to protect yourself against
this by (1) requiring your contractor to provide a signed release
by the person or firm that has given you this notice before making
payment to your contractor, or (2) any other method that Is
appropriate under the circumstances. This notice is required by
law to be served by the undersigned as a statement of your legal
rights. This notice Is not Intended to reflect upon the financial
condition of the contractor or the person employed by you on
the construction project, If you record a notice of cessation or
completion of your construction project, you must within 10 days
after recording, send a copy of the notice of completion to your
contractor and the person or firm that has given you this notice.
The notice must be sent by registered or certified mail. Failureto
send the notice will extend the deadline to record a claim of lien.
You are not required to send the notice if you are a residential
homeowner of a dwelling containing four or fewer units.
CITY OF PALM SPRINGS
3200 TAHQUITZ CANYON WAY
PALM SPRINGS CA 92262
D ECT' OR F.P .D D RCT CONTRACT(
STEVE P RADOS INC
PO BOX 15128
SANTA ANA CA 92735
GEOSTRUCTURAL ENGINEERING
ALSO NOTIFIED TENANT OR BONDING N
RECEIVED
APR 16 2024
OFFICE OF THE CITY CLERK
TRUST FUNDS TO WHICH SUPPLEMENTAL FRINGE BENEFITS ARE PAYABLE
Pr rof of Service
This undersigned declares as follows: I am over the age of 18, and employed by Robertson§, whose business address is 200 South Main Street, Suite 200, Corona, California 92882. 1 am
employed in the County of Riverside, where this mailing occurs, and not a party to this action. On the date shown below, in the City of Corona, I served the within California Preliminary Notice,
sealed and deposited in the mail in the manner prescribed by law, by first class registered or certified mail, postage fully prepaid, to the person(s) at the addresses shown thereon.
IC Dace; 04/12/2024
Name:
ROBERTSON'S ; ' ' US P05TAGE-%�, � 5
P.O. BOX 3600
CORONA, CA 92878-3600
'�• �;�•,K 000939994a 005.04°
7108 1176 8852 1226 5879
IMPORTANT: CALIFORNIA PRELIMINARY NOTICE
CITY OF PALM SPRINGS
3200 TAHQUITZ CANYON WAY
PALM SPRINGS CA 92262
III, Id IIli Id IIII III lilt I Urll illi�,�lyu.iu�ll rl
56835 240405
THIS IS NOT A LIEN. THIS NOTICE IS GIVEN
PURSUANT TO CALIFORNIA CIVIL CODE
§8034(a), 8102, 8200 ET SEC. PRIVATE
WORKS AND CALIFORNIA CIVIL CODE
§8034(b), 8102, 9300 ET SEQ. PUBLIC WORKS
477134
OWNER or Reputed Owner (on private work) 0 2
or PUBLIC AGENCY (on public work)
760-322-8339
CITY OF PALM SPRINGS
ATTN:JOEL MONTALVO
3200 TAHQUITZ CANYON WY
PALM SPRINGS CA 92262
CONSTRUCTION LENDER or
Reputed Construction Lender, if any.
909-612-3642
TRAVELERS CASUALTY & SURETY CO OF
AMERICA - BOND CO/BOND # 107753063
21688 GATEWAY CENTER DR
DIAMOND BAR CA 91765
ORIGINAL CONTRACTOR or 03
Reputed Contractor, If any.
714-835-4612
STEVE P RADOS INC
2002 E MCFADDEN AVE #200
SANTA ANA CA 92705
SUB CONTRACTOR /person or firm who contracted for
the purchase of such labor, services, equipment or...
714-835-4612
STEVE P RADOS INC
P O BOX 15128
SANTA ANA CA 92735-0I28
CALIFORNIA
PRELIMINARY
NOTICE
7196 9004 5234 7713 4022
C90163
YOU ARE HEREBY NOTIFIED THAT...
BY: y�Jy Agent Dated:03/15/2024
(' nature) (Title)
SPECIALTY EQUIPMENT & SERVICE CO LLC 29671
3205 TYLER AVE
EL MONTE CA 91731
has furnished or will furnish work, labor, services, equipment or
material of the following general description:
RENTAL EQUIPMENT
for the building, structure or other work of improvement
or
at the following address or site:
JOB #756
C #101235
PALM SPRINGS CA
"INDIAN CANYON DRIVE WIDENING CITY
PROJECT #01-1 V
DIR #1000007814
DIR #461146
An estimate of the total price of labor, services,
equipment and/or materials furnished or to be furnished is:
$ 3,000.00 MONTH
NOTICE TO PROPERTY OWNER
RECEIVED
MAR 2 0 2024
OFFICE OF THE CITY CLERK
EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL, if the person or firm that has given you this notice is not paid in full
for labor, service, equipment, or material provided or to be provided to your construction project, a lien may be placed on your
property. Foreclosure of the lien may lead to loss of all or part of your property. You may wish to protect yourself against this by
(1) requiring your contractor to provide a signed release by the person or firm that has given you this notice before making
payment to your contractor, or (2) any other method that is appropriate under the circumstances.
This notice is required by law to be served by the undersigned as a statement of your legal rights. This notice is not intended to
reflect upon the financial condition of the contractor or the person employed by you on the construction project.
.1......-......-A..-1..m��....... ... -1 ...... --.nn+ —., —.. wi#Fin 4n A—. nen, --A;— ennA a rnn�
��J�� � r r•1 •�
C&K Form
Fabrication, I nc. is on
your job!
68018 - 50 / #756 I N DIAN CANYON
DRIVE WIDENING CITY PROJECT NO.
01-11
PALM SPRINGS
Palm Springs, California 92262
Bond Number (if known):
0-DAY PRELIMINARY NOTICE
RECEIVED
APR 2 9 2024
OFFICE OF THE
Contact Info
Soheila Simmons
C&K Form Fabrication, Inc.
Controller
Phone: (909) 954-2877
Email: soheila.simmons@squireslumber.com
EVELSET
C&K Form Fabrication, Inc. is proud to be providing
services on your job. We are using Levelset to set this
job up for payment success. We would like to share
with you the information we have about your project.
Our Project Contribution
14"X21" SAND JACK
Work Starts / Material First Furnished
4/16/2024
Work Finishes / Material Last Furnished
C&K Form Fabrication, Inc.
370 N. 9th Street
Colton, California 92324
More details can be found at
levelset.com/talk
Reference 7FNQR8CBXZNN
There you will be able to:
• Send and receive messages about this document
• Fix or provide additional details
9307110011701165452622
a5B M
We were hired by
Project
Stakeholders
i =W
(it applicable)
General Contractor
STEVE P. RADOS, INC.
P.O. BOX 15128
Santa Ana, California
92735
Property Owner / Public Entity
CITY OF PALM SPRINGS
3200 TAHQUITZ
CANYON WAY
Palm Springs, California
92262
4* Surety / Bonding Co.
J TRAVELERS CASUALTY
AND SURETY COMPANY
OF AMERICA
21688 GATEWAY
CENTER DRIVE
Diamond Bar, California
91765
Want more information on this project? Visit levelset.com/talk and enter
L E V E L S E T 7FNQR8CBXZNN
Additional Info Property Description
About the Job Estimate of the total price of the labor, services, equipment or material
furnished or to be furnished
$10,000.00
NOTICE TO PROPERTY OWNER / PUBLIC ENTITY
EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL, if the person or firm that has given you this notice is not paid in full
for labor, service, equipment, or material provided or to be provided to your construction project, a lien may lead to loss of all or part of
your property. You may wish to protect yourself against this by (1) requiring your contractor to provide a signed release by the person
or firm that has given you this notice before making payment to your contractor, or (2) any other method that is appropriate under the
circumstances.
This notice is required by law to be served by the undersigned as a statement of your legal rights. This notice is not intended to reflect
upon the financial condition of the contractor or the person employed by you on the construction project.
If you record a notice of cessation or completion of your construction project, you must within 10 days after recording, send a copy of
the notice of completion to your contractor and the person or firm that has given you this notice. The notice must be sent by registered
or certified mail. Failure to send the notice will extend the deadline to record a claim of lien. You are not required to send the notice if
you are a residential homeowner of a dwelling containing four or fewer units.
IMPORTANT: INFORMATION REQUEST PURSUANT TO §9550 et seq.
If the public entity commissioning work and/or the surety are not identified in this notice, or if either are incorrectly identified, please
accept this notice as a formal request to the direct contractor pursuant to §9550 et seq to deliver (i) The name and address of the public
entity commissioning the work; and /or (ii) The name and address of the surety, if any; as the case may be;
Further, if the direct contractor is not identified or is misidentified, please consider this a formal request to provide that information to
C&K Form Fabrication, Inc.. Any information provided to C&K Form Fabrication, Inc. may be provided by visiting levelset.com/talk and
entering 7FNQR8CBXZNNor by sending to the following address:
C&K Form Fabrication, Inc.
370 N. 9th Street
Colton, California 92324
C&K Form Fabrication, Inc.
Signed by Soheila Simmons
Its duly authorized and disclosed agent
Signed on April 18, 2024
Employee Trust Funds (and Laborers)
If applicable, and pursuant to §8208 (b) of the California Civil Code, the following is a list of the Employee Trust Funds (described in
subdivision (b) of Section 8024) and/or laborers to which payments are due.
Want more information on this project? Visit levelset.com/talk and enter
_ E V E L S E T 7FNQR8CBXZNN
Mail Center
PO Box 9023
Temecula, CA 92589-9023
1111 111f dull
20240419-214
Ill�llln��lllll���ll�lllll�lllll�ll�il��lll�llllllllllllllllllll
CITY OF PALM SPRINGS
3200 TAHQUITZ CANYON WAY
Palm Springs, CA 92262
PRESORT
First -Class Mail
U.S. Postage and
Fees Paid
W SO
CM CM
L aW' -_" .. -. ._,� .. - 1.- - - 5- . _ ..'.h .. _ -- -- • I- .. . .- - L -