Loading...
Addendum No. 2 Project 2011-05ta �W CALIFORNIA ADDENDUM NUMBER 2 TO: All Prospective Bidders and Plan Holders FROM: Bryan McKinney, Public Works Director/City Engineer DATE: September 20, 2022 SUBJECT: City Project No. 2011-05, Federal Project No. BRNBIL (537), Dune Palms Road Bridge Improvements The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ PROJECT SPECIFICATIONS Section 1100: Sheet 1100-3, general wage decision in paragraph 1 is replaced with the following: As Reads ... the Federal Prevailing Wage General Decision CA20220025 Modification No. 8, dated August 12, 2022... Is Amended to Read ...the Federal Prevailing Wage General Decision CA20220025 Modification No. 10, dated September 2, 2022... Section 1110: Sheet 1110-7, Section 21.0 Wage Rates', general wage decision in paragraph 2 is replaced with the following_ As Reads ... the Federal Prevailing Wage General Decision CA20220025 Modification No. 8, dated August 12, 2022... Is Amended to Read ...the Federal Prevailing Wage General Decision CA20220025 Modification No. 10, dated September 2, 2022... ta �W CALIFORNIA Section 1210: Section 1210 is replaced; the following is a summary of the changes: • Item #4, Revised quantity to 23 • Item #7, Revised quantity to 13,160 SF • Items #9 - 12, Denoted items as Final Pay Item (F) • Item #24, Revised quantity to 1,210 CY • Item #47 - Revised quantity to 42 • Item #55 and #115 - 3/8" Decomposed Granite - Brimstone is removed • Item #59, Revised Item description • Item #60, Revised Item description • Item #65, Revised bid item description, no change in quantity • Item #66, Revised bid item description, no change in quantity • Item #66A, Added bid item • Item #67, Revised Item description & updated quantity 119 CY • Item #72, Revised Item description • Items #93-95, Denoted items as Final Pay Item (F) • Item #109 - Revised quantity to 46 • Item #116, revised quantity to 14,200 SF • Item #117, revised quantity to 805 CY • Item #134, Revised Item description • Item #135, Revised Item description • Item #136, Revised Item description • Item #137, Revised Item description • Duplicate bid items - edits to the last 10 items (4" Sch 40 PCV, LS Sleeve to Bar Reinforcing Steel (Ret Wall)) Section 1300: Sheet 1300-3, Federal Prevailing Wage Rates are replaced with the following: As Reads General Decision: CA20220025 Modification No. 8, dated 0811212022 Is Amended to Read General Decision: CA20220025 Modification No. 10, dated 09/02/2022 Section 1500: Sheet 1500-1, Section 2.2 'Material Testing', Add the following sentence to paragraph 1• Contractor shall be responsible for Quality Control Material Testing for Structural Items, including Bridge Construction, as specified in the latest edition of the 2018 Caltrans Standard Plans and Specifications. CALIFORNIA Section 2000: Sheet 2000-1, Section 1.1 'Alternative Specifications', add the following text to the edition• As Reads The Standard Specifications shall apply to this project unless specifically referenced otherwise in the Contract Documents. Wherever "State Standard Specifications" are referenced, it shall mean the Standard Specifications, 2018, edition, published by the State of California Department of Transportation, and wherever the "State Standard Plans" are referenced in the Contract Documents, it shall mean the Standard Plans, 2018, edition, published by the State of California Department of Transportation. Is Amended to Read The Standard Specifications shall apply to this project unless specifically referenced otherwise in the Contract Documents. Wherever "State Standard Specifications" are referenced, it shall mean the Standard Specifications, 2018, latest edition, published by the State of California Department of Transportation, and wherever the "State Standard Plans" are referenced in the Contract Documents, it shall mean the Standard Plans, 2018, latest edition, published by the State of California Department of Transportation. Additional Questions Q1. The take -off quantities for the concrete flatwork items seems to be well off the engineer's quantities. We double checked the scale and when comparing our quantities to both Base Bid 1 and Base Bid 2 totals we are showing a quantity higher than 25% for many of the concrete flatwork items. A. Revised the quantity to Bid Item #24 of the bid schedule. For those elements from the begin bridge (18+68.20) to end bridge (23+48.20), are covered under Bid Items 57 - 76, which includes but is not limited to sidewalk, median curb and stamped concrete median. Q2. City of La Quinta Standard 240 (Sidewalk & Curb) states that aggregate base or approved select material will be required underneath the sidewalk and curb "when soils report indicates presence of expansive soil conditions". We have not seen any information that was provided that would indicate expansive soils, please confirm that no aggregate base will be required underneath the sidewalk and curb. A. No aggregate base or approved select material will be required under the sidewalk or curb. W �GLI'NW CALIFORNIA Q3. Bid Items 22 & 105 are very clear in the spec as to what will be required for the colored stamped concrete median. However, we are seeing a tremendously higher quantity than that of the engineer's qty for those items. For Bid Item 69, it is unclear how this is different from items 22 & 105, there is no language in the spec that specifies but we were thinking that maybe a portion of the median goes into this item which is why our qty's for 22 & 105 were so much higher than the engineer's qty. Please clarify what is to be included in bid item 69 - Minor Concrete (Median Paving, Colored and Stamped) (F) vs. Bid Items 22 & 105. A. For those elements from the begin bridge (18+68.20) to end bridge (23+48.20), are covered under Bid Items 57 - 76, which includes but is not limited to sidewalk, median curb and stamped concrete median Q4. In regards to the camera monitoring spec (attached), please confirm the following: • How many cameras are required? A. There shall be one camera per sheet 4000-5, sub -section Construction Monitoring Camera, paragraph 1. • Will there be a point of connection for the electrical or will the cameras need to be solar? A. Contractor is responsible to provide and secure camera power, this can be from either solar or Contractor Coordinated Temporary Point of Connection. Q5. Does the City have a Foundation Report that they can make available? A. Yes, please download through this link: https://naiconsulting.sharefile.com/d- s1e04420bc57649b28fcdOf487f284cO4 Q6. Is painting the barrier shown on Sheets B-15 through B-19 by others or to be included with Barrier Item? A. The Contractor shall be responsible for the painting of the concrete bridge barrier per the plans. Q7. Please clarify the Waterline work mentioned in the CVWD Specification (page 284 of 572). This specification appears to address ordering the pipe and making that activity a part of the Milestone Schedule or allowing the utility owner 10 days to install wyes. As the existing Waterline is in conflict with Abutment 5 and the relocated Waterline is within 10' of the Bypass (and 24' below the existing channel), is the anticipated sequence, relocate Waterline, construct Bypass, then construct Stage 1 Bridge, or construct Bypass, protect Waterline in place at Abutment 5, construct Stage 1 Bridge, switch Traffic to Stage 2, construct Stage 2 Bridge and Relocate Waterline (with Channel Lining excavation work)? A. The CVWD installed DIP wye's per the plans, are anticipated on being installed prior December 31, 2022. The anticipated staging for the initial items of work is as follows: 1) demo mobile homes and single family home, 2) install short segment of IID conduit, 3) IID shoo fly, 4) watermain installation, 5) sewer relocations, 6) bypass road construction, 7) start west half of bridge. CALIFORNIA Q8. Per technical spec section 4000-3, section 7.0 (Spec sheet 201 of 572), it states that the contractor is responsible for temporary water diversion. Assuming that a water diversion plan will need to be approved, this may lead to different approaches to what will be required for a water diversion in the channel. With that being said, would the agency consider creating an allowance item for the temporary water diversion to allow for an even playing field? A. Temporary water diversion shall be at the Contractor's discretion on how they choose to protect the on -going work and corresponds to the schedule that will be proposed. Q9. Please confirm locations of Crushed Miscellaneous Base A. CMB is being provided for both the CVWD channel ramps as well as the staging area driveway and laydown area, per plan sheets 7 and 10 of 73. Q10. Tech Spec 49-1.03 prescribes that temporary casing must be installed via impact hammer. It does not provide alternates for any other casing installation method. Impact hammer is an unusual method for the installation of Cast -In -Drilled -Hole (CIDH) piles temporary casing because it is incompatible with the methods and equipment used to drill the hole and extract the temporary casing during the concrete pour. Please confirm it is acceptable to install temporary casings with vibratory hammer, drill rig, or by oscillator method, in accordance with Standard Caltrans Specification 49-3 and as typical industry practice. A. Driving using Impact hammer is required per the Specifications. Q11. Tech Spec 49-1.03 states that "All open holes should be backfilled as completed shafts during the same work day. No CIDH hole should be permitted to be left open overnight". Please confirm that holes may remain unfinished overnight if supported full depth by temporary steel casings, which is standard industry practice. The use of temporary casing eliminates the risk of caving/sloughing shaft walls. A. For full -depth temporary casing, dry holes not extending within 10 feet of the bottom of the installed casing and 20-ft of the pile tip elevation may be left open overnight during the hole excavation phase only. Q12. Tech Spec 49-302B(6)(c) limits Shore Pac synthetic slurry to 33-74 sec/qt viscosity during drilling and less than or equal to 57 sec/qt immediately before placing concrete. Please confirm that the updated 5/6/22 Caltrans viscosity limits for Shore Pac at 33- 132 sec/qt and 118 sec/qt respectively are permissible for this project. (See attached). A. Caltrans viscosity limits for Shore Pac at 33-132 sec/qt and 118 sec/qt respectively are permissible for this project. Q13. Please confirm whether AB-219, prevailing wages for concrete drivers, and LCP tracker fees will apply to this project. A. AB-219 is applicable to this project. The City is not requiring to use of LCP Tracker for this project. CALIFORNIA Q14. The bridge plans contain summarized boring logs, but the documents are missing the Geotechnical Investigation Report and Foundation Report. These reports typically provide geologic and hydrologic site context, soil lab testing results and interpretations, and professional conclusions including anticipated soil excavation behavior and foundation drilling means and methods. A. Foundation report provided with current Addendum. Q15. Is CIDH installation restricted from any working hours, working periods, or seasons (such as wet season, mating season(s), nesting season(s), etc.) due to environmental permitting, USACE permitting, Fish and Game permitting, water board permitting, or other similar types of permitting? A. Contactor shall refer to Appendix C of the Bid Document for copies of all environmental agency permits and the requirements of each permit. Q16. Are there any USACE stipulations requiring temporary drill casing to be used for CIDH installation through earthen embankments/levees at the bridge abutments? A. Contactor shall refer to Appendix C of the Bid Document for copies of all environmental agency permits and the requirements of each permit. Q17. Please confirm that adjacent 5-ft diameter piles can be drilled simultaneously. A. The 5 ft diameter piles shall not be drilled simultaneously. Q18. Please confirm that 1,500 mm OD (59.06 inches OD) temporary casing is acceptable for drilling 5-foot diameter piles. Commercially available sizes for temporary casing are in international units because of their European origin. Size of actual pile will be larger than temporary casing OD due to the use of bidirectional teeth at tip of casing. A. Pile shall be constructed as shown on the plan. Q19. According to Technical spec 4000-8, Section 9.0, "any grouted and/or loose boulders, concrete pieces and rocks that are a part of the concrete pavement and cut off walls through the channel are considered part of the concrete pavement." The plans callout this section as CN # 11 - Remove Conc Slope Protection, which is misleading since it is supposed to be included in Bid Item #5 rather than Bid Item #7. Please consider revising the callout on the demo plansheets. A. See revised bid schedule Q20. Please indicate on the planset where the 3/8" Decomposed Granite - Brimstone is to be installed. (Bid Item No. 55, 115) A. These items have been removed. Q21. Construction note 50 on plan Sheet 8 indicates two proposed sleeve locations. It appears that there are 21 LF of sleeves in Base Bid #1 and 23 LF of sleeves in Base Bid #2 for a total linear footage of 44 LF. However, bid items #47 & #109 both show a quantity of 44 LF (for a total of 88 LF between the two items), please revise the bid quantities accordingly A. There will be two - 4" conduits per driveway crossing, with one 21' in length and the other 23' in length. The overall quantity did not change from 88 total LF of conduit. ta �W CALIFORNIA - The Contractor is hereby notified; Addendum No. 2 must be acknowledged and initialed as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive." APPROVED: Bryan McKinney, Public Works Director/City Engineer Attachments: 1. Revised Bid Schedule Dated 9-20-2022 2. Revised Wage Rates Dated 9-02-2022 END OF ADDENDUM NUMBER 2 Addendum 2 — Dated 9/20/2022 SECTION 1210 BID SCHEDULE City Project No. 2011-05 Federal Project No. BRNBIL (537) DUNE PALMS ROAD BRIDGE IMPROVEMENTS REVISED 09/20/2022 City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for City Project No. 2011-05, Federal Project No. BRNBIL (537), Dune Palms Road Bridge Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of all Base Bid Areas and all Additive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Furthermore, this project has broken down the Base Bid areas according to project funding requirements, therefore several of the same bid items have been split between the Base Bid Areas. The following is a listing of the "duplicate" bid items numbers and their corresponding Base Bid location for Contractor reference. In the Bid Schedule, the "Duplicate" items have been noted with a (D) in the description. Base Bid #1 Duplicate Base Bid Area Description Item Number & Item Number Sawcut & Removal AC Pavement 5 2-91 Sawcut & Remove Conc. Slope Protection 7 3-116 Unclassified Excavation (Roadway) 9 2-93 Unclassified Fill (Roadway) 11 2-94 Suitable Backfill Material 12 2-95 Asphalt Concrete (T=4.5") 14 2-97 Class 2 Aggregate Base (T=6.0") 15 2-99 6" AC Dike 17 2-100 6" Curb & Gutter 18 2-101 8" Median Curb 19 2-102 Concrete Sidewalk (W=5.5') 20 2-103 Concrete Driveway Approach 21 2-104 Colored Stamped Concrete Median 22 2-105 Concrete Slope Protection 26 3-117 Curb Ramp (Case A) 27 2-106 Bid Schedule 1210-1 Addendum 2 - Dated 9/20/2022 6' (Tall) Masonry Block Wall 28 2-107 4" Schedule 40 PVC, Landscaping Sleeve 47 2-109 Install Landscaping Plant Material & Irrigation 51 2-111 3/8" Crushed Rock (Apache Brown) 52 2-112 3/4" Crushed Rock (Desert Gold) 53 2-113 6" Minus - Baja Cresta Rubble 54 2-114 3/8" Decomposed Granite - Brimstone 55 2-115 Structure Excavation (Ret Wall) 59 3-134 Structure Backfill (Ret Wall) 60 3-135 Structural Concrete (Ret Wall) 67 3-136 Bar Reinforcing Steel (Ret Wall) 72 3-137 BASE BID AREA - DUNE PALMS ROAD BRIDGE IMPROVEMENTS: BASE BID #1; FEDERAL PARTICIPATING (STA 16+50 - 25+62) Item Ett' Unit Price Item Total Item Description Q y' Unit (in figures) (in figures) Dollars Dollars Roadway Approaches 1 Mobilization 1 LS $ $ 2 Best Management Practices 1 LS $ $ 3 Traffic Control 1 LS $ $ 4 Resident Engineers Trailer 23 MO $ $ 4A Construction Monitoring 1 LS $ $ Camera 5 Sawcut & Remove AC 22,000 SF $ $ Pavement (D) ' 6 Remove Concrete Pavement 41,686 SF $ $ and Cut Off Wall (Crossing) ' 7 Sawcut & Remove Conc. Slope 13' 160 SF $ $ Protection (D) 8 Clearing & Grubbing 1 LS $ $ 9 Unclassified Excavation 555 CY $ $ (Roadway) (D) (F) 10 Unclassified Excavation 3,200 CY $ $ (Channel) (F) 11 Unclassified Fill (Roadway) 5,435 CY $ $ (D) (F) 12 Suitable Backfill Material 80 CY $ $ (D) (F) 13 Construct & Remove Bypass 1 LS $ $ Road Bid Schedule 1210-2 Addendum 2 — Dated 9/20/2022 BASE BID #1; FEDERAL PARTICIPATING (STA 16+50 — 25+62) Item Est. Unit Unit Price Item Total Item Description Q Unit (in figures) (in figures) Dollars Dollars 14 Asphalt Concrete (T=4.5") (D) 24,140 SF $ $ 15 Class 2 Aggregate Base 24,140 SF $ $ (T=6.0") (D) 16 Crushed Misc. Base 521 CY $ $ 17 6" AC Dike (D) 135 LF $ $ 18 6" Curb & Gutter (D) 448 LF $ $ 19 8" Median Curb (D) 581 LF $ $ 20 Co) crete Sidewalk (W=5.5') 4,148 SF $ $ 21 Concrete Driveway Approach 1,034 SF $ $ (D) ' 22 Colored Stamped Concrete 711 SF $ $ Median (D) 23 Concrete Cross Gutter 1,215 SF $ $ 24 8" Concrete Pavement 1,142 SF $ $ 25 Type 1A Retaining Wall 1,829 SF $ $ 26 Concrete Slope Protection (D) 1,210 CY $ $ 27 Curb Ramp (Case A) (D) 1 EA $ $ 28 6' (Tall) Masonry Block Wall 300 LF $ $ (D) 29 Catch Basin Per LQ Std 300 & 3 EA $ $ Local Depression (Sump) 30 Catch Basin / Drywell System 1 EA $ $ w/ Local Depression (Sump) 31 Storm Drain Manhole No. 2 1 EA $ $ per MH252 32 Reconstruct to Grade, SD 7 LF $ $ Manhole 33 24" Storm Drain Outlet w/ 1 EA $ $ Grate 34 42" Storm Drain Outlet w/ 1 EA $ $ Grate 35 Concrete Collar Per M803 3 EA $ $ Bid Schedule 1210-3 Addendum 2 — Dated 9/20/2022 BASE BID #1; FEDERAL PARTICIPATING (STA 16+50 - 25+62) Item Est. Unit Unit Price Item Total Item Description Q Unit (in figures) (in figures) Dollars Dollars 36 24" HDPE N-12, WT Joint SD 232 LF $ $ Pipe 37 Metal Fencing (Retaining Wall) 438 LF $ $ 38 Metal Gate Assembly 2 EA $ $ 39 Chain Link Fence H=6', w/ 1,085 LF $ $ Fabric ' 40 24' Wide Vehicle Gate w/ Lock 1 EA $ $ 41 Temporary Fence (High 700 LF $ $ Visibility) 42 Meter Pedestal Per LQ Std 730 1 EA $ $ 43 Pipe Gate 26 LF $ $ 44 2" Schedule 80 PVC, City 2,042 LF $ $ Comm. Conduit ' 45 Pull Box No. 3.5 (PCC) 6 EA $ $ 46 Signing, Striping & Pavement 1 LS $ $ Markers 47 4" Schedule 40 PVC, 44 LF $ $ Landscaping Sleeve (D) 48 Adjust to Grade Storm Drain 1 EA $ $ Manhole 49 4" Thick Decomposed Granite 1,430 SF $ $ (D) (School Ret. & Pool Wall) 50 Remove Communications 1 EA $ $ MH/Vault Landscaping 51 Install Landscaping Plant 4,600 SF $ $ Material & Irrigation (D) 52 3/8" Crushed Rock (Apache 3,490 SF $ $ Brown) (D) 53 3/4" Crushed Rock (Desert 1,130 SF $ $ Gold) (D) 54 6" Minus - Baja Cresta Rubble 465 SF $ $ (D) 55 Not Used - - - - 56 90-Day Maintenance Period 1 LS $ $ Bid Schedule 1210-4 Addendum 2 — Dated 9/20/2022 BASE BID #1; FEDERAL PARTICIPATING (STA 16+50 — 25+62) Item Unit Price Item Total Item Description Qty: Unit (in figures) (in figures) Dollars Dollars Bridge 57 Structure Excavation (Bridge) 151 CY $ $ (F) 58 Structure Backfill (Bridge) (F) 361 CY $ $ 59 Structure Excavation (Ret Wall) 204 CY $ $ (F) (D) 60 Structure Backfill (Ret Wall) (F) 288 CY $ $ (D) 61 24" Cast -In -Drilled -Hole -Piling 3,076 LF $ $ (F) ' 62 6 j' Cast -In -Drilled -Hole -Piling 1,284 LF $ $ 63 Prestressing Cast -In -Place 1 LS $ $ Concrete 64 Structural Concrete, Bridge 11130 CY $ $ Polymer Fiber (4,500 PSI) (F) 65 Structural Concrete (4,500 1,640 CY $ $ PSI) (Bridge) (F) 66 Structural Concrete (4,000 285 CY $ $ PSI) (Bridge) (F) 66A Structural Concrete (Bridge 152 CY $ $ Footing) (F) 67 Structural Concrete (Ret Wall) 320 CY $ $ (F) (D) 68 Structural Concrete, Approach 206 CY $ $ Slab (Type N 30) 69 Minor Concrete (Median Paving, 116 CY $ $ Colored and Stamped) (F) 70 Joint Seal Assembly (MR = 2 181 LF $ $ 1/2") 71 Reinforcing Steel (Bridge) 1,191,536 LB $ $ (F)Bar 72 Bar Reinforcing Steel (Ret Wall) 11,881 LB $ $ (D) (F) 73 Concrete Barrier (Type 732 SW 968 LF $ $ Mod) 74 Metal Railing (Bridge) 968 LF $ $ 75 Bridge Lighting & Pull Boxes 1 LS $ $ 76 Miscellaneous Metal - Conduit 1 LS $ $ Support System (Bridge) Bid Schedule 1210-5 Addendum 2 — Dated 9/20/2022 BASE BID #1; FEDERAL PARTICIPATING (STA 16+50 - 25+62) Item Item Description Qty: Unit Unit Price (in figures) Dollars Item Total (in figures) Dollars CVWD Sewer Main Relocation 77 Remove Sewer Manhole 3 EA $ $ 78 Remove Pipe 201 LF $ $ 79 Reconstruct Sewer Manhole 7.4 LF $ $ 80 48" Sewer Manhole 4 EA $ $ 81 12" PVC Sewer Pipe 49 LF $ $ 82 18" PVC Sewer Pipe 166 LF $ $ 83 Remove Structural Encasement 43 LF $ $ 84 Remove 36" Steel Sleeve 73 LF $ $ 85 Structural Encasement 50 LF $ $ 86 Sewer Bypass 1 LS $ $ CVWD Water Main Relocation 87 18" CL 350 DIP Watermain w/ Restr. Its, Zinc Coated & V Bio Poly Wrapped 670 LF $ $ 88 Remove Blind Flange 2 EA $ $ 89 Remove Water Main 646 LF $ $ 90 36" Steel Sleeve 24 LF $ $ Total Amount of Base Bid #1; Bid Items 1 - 90 $ Bid Schedule 1210-6 Addendum 2 — Dated 9/20/2022 BASE BID #2; NON-FEDERAL PARTICIPATING (STA 10+82 — 16+50 & 25+62 — 36+05) Item Unit Price Item Total Item Description Qty: Unit (in figures) (in figures) Dollars Dollars Roadway Items 91 Sawcut & Remove AC 16,190 SF $ $ Pavement (D) ' 92 Clearing & Grubbing 1 LS $ $ 93 Unclassified Excavation 275 CY $ $ (Roadway) (D) (F) 94 Unclassified Fill (Roadway) 640 CY $ $ (D) (F) 95 Suitable Backfill Material (D) 51 CY $ $ (F) 96 Cold Mill AC Pavement 3,360 SF $ $ (T=0.10') (D) ' 97 Asphalt Concrete (T=4.5") (D) 18,540 SF $ $ 98 Asphalt Concrete (T=0.10') 3,360 SF $ $ 99 Class 2 Aggregate Base 18,540 SF $ $ (T=6.0") (D) 100 6" AC Dike (D) 351 LF $ $ 101 6" Curb & Gutter (D) 347 LF $ $ 102 8" Median Curb (D) 2,093 LF $ $ 103 Concrete Sidewalk (W=5.5') 4,909 SF $ $ 104 Concrete Driveway Approach 723 SF $ $ (D) 105 Colored Stamped Concrete 1,360 SF $ $ Median (D) ' 106 Curb Ramp (Case A) (D) 1 EA $ $ 107 6' (Tall) Masonry Block Wall 60 LF $ $ (D) 108 Signing, Striping & Pavement 1 LS $ $ Markers 109 4" Schedule 40 PVC, 46 LF $ $ Landscaping Sleeve (D) Water Service Manifold 110 Reconstruction 1 LS $ $ Bid Schedule 1210-7 Addendum 2 - Dated 9/20/2022 BASE BID #2; NON-FEDERAL PARTICIPATING (STA 10+82 - 16+50 & 25+62 - 36+05) Item Unit Price Item Total Item Description Qty: Unit (in figures) (in figures) Dollars Dollars Landscaping 111 Install Landscaping Plant 1,630 SF $ $ Material & Irrigation (D) 112 3/8" Crushed Rock (Apache 1,235 SF $ $ Brown) (D) 113 3/4" Crushed Rock (Desert 395 SF $ $ Gold) (D) 114 6" Minus - Baja Cresta Rubble 160 SF $ $ (D) 115 Not Used - - - - Total Amount of Base Bid #2; Bid Items 91 - 115 $ BASE BID #3 - CV LINK Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars CV Link Trail Plan Items 116 Sawcut & Remove Conc. Slope 14,200 SF $ $ Protection (D) 117 Concrete Slope Protection (D) 805 CY $ $ 118 18" Storm Drain Outlet w/ 1 EA $ $ Grate 119 18" HDPE N-12, WT Joint SD 58 LF $ $ Pipe 120 Class 2 Aggregate Base 13,360 SF $ $ (T=4") ' 121 Concrete Trail (T=6") 13,360 SF $ $ 122 Curb Ramp (Case B, Type 1) 2 EA $ $ 123 Metal Railing (Trail Retaining 274 LF $ $ Walls) 124 Metal Railing (Trail 730 LF $ $ Undercrossing) 125 Install City Furnished In 18 EA $ $ Pavement Solar Guide Light Bid Schedule 1210-8 Addendum 2 — Dated 9/20/2022 BASE BID #3 — CV LINK Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 126 Thermoplastic Banding 1,588 SF $ $ (Undercrossing) ' 127 6" Solid White Stripe (Paint) 180 LF $ $ (Trail) 128 Paint Bridge Soffit & Exterior 1 LS $ $ Girder 129 F&I Soffit Panels w/ Electrical 1 LS $ $ Connections 130 3" Schedule 40 PVC, CV Link 990 LF $ $ Conduit 131 Pull Box No. 3.5 (PCC) 4 EA $ $ 132 4" Thick Decomposed Granite 6,400 SF $ $ (D) ' 133 Concrete Wedge Curb 288 LF $ $ CV Link Bridge Plan Items 134 Structure Excavation (Ret Wall) 368 CY $ $ (F) (D) 135 Structure Backfill (Ret Wall) (F) 501 CY $ $ (D) 136 Structural Concrete (Ret Wall) 201 CY $ $ (F) (D) 137 Bar Reinforcing Steel (Ret Wall) 20,001 LB $ $ Total Amount of Base Bid #3; Bid Items 116 - 137 $ BASE BID #4 — UNDERGROUND ELECTRICAL SYSTEM Item No. Item Description Est. Qty. Unit Unit Price (in figures) Dollars Item Total (in figures) Dollars 138 Dry Utility Trenching 900 LF $ $ 139 Large Vault Per IID Standard 1 EA $ $ 140 3" Sch. 40 PVC, IID Conduit 30 LF $ $ 141 4" Sch. 40 PVC, IID Conduit 100 LF $ $ Bid Schedule 1210-9 Addendum 2 — Dated 9/20/2022 BASE BID #4 - UNDERGROUND ELECTRICAL SYSTEM Item No. Item Description Est. Qty. Unit Unit Price (in figures) Dollars Item Total (in figures) Dollars 142 5" Sch. 40 PVC, IID Conduit 520 LF $ $ 143 6" Sch. 40 PVC, IID Conduit 4,000 LF $ $ 144 5" Riser for Pole 1 EA $ $ 145 Transformer Pad (Single Phase) per IID Standard 1 EA $ $ Total Amount of Base Bid #4; Bid Items 138 - 145 $ The City may choose to Award All, Some, or None of the Followinq Additive Alternates: ADDITIVE ALTERNATE A - ROADWAY (STA 10+82 - 16+50 & 25+62 - 36+05) Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 146 Crack Seal & Type II Slurry 136,650 SF $ $ Seal Total Amount of Additive Alternate "A" Bid Item 146 $ ADDITIVE ALTERNATE B - CVWD SEWER ADJUSTMENTS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 147 Adjust to Grade Sewer 2 EA $ $ Manhole Lid & Frame to Grade 148 Adjust Sewer Cleanout to 1 EA $ $ Grade 149 Relocate Sewer Cleanout 1 EA $ $ 150 Reconstruct Sewer Manhole 13 LF $ $ Total Amount of Additive Alternate "B" Bid Items $ 147-150 Bid Schedule 1210-10 Addendum 2 — Dated 9/20/2022 ADDITIVE ALTERNATE C - CVWD WATER ADJUSTMENT Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 151 Adjust to Grade, Water Valve 8 EA $ $ Can and Lid Total Amount of Additive Alternate "C" Bid Item 151 $ ADDITIVE ALTERNATE D - CVWD WATER RELOCATION Item No. Item Description Est. Qty. Unit Unit Price (in figures) Dollars Item Total (in figures) Dollars 152 Relocate Air Vac Assembly 2 EA $ $ Total Amount of Additive Alternate 1113" Bid Item 152 $ GRAND TOTAL ALL BASE BIDS AND ALL ADDITIVE ALTERNATES (Figures): GRAND TOTAL ALL BASE BIDS AND ALL ADDITIVE ALTERNATES (Words): Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Bidder Email Address Bid Schedule 1210-11 "General Decision Number: CA20220025 09/02/2022 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 �. into on or after January 30, 2022, or the contract is renewed or extended (e.g., an �. option is exercised) on or after January 30, 2022: If the contract was awarded onl. or between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. extended on or after January 30, 2022: Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at 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. Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $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. 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 0 1 2 3 4 5 6 7 8 9 10 ASBE0005-002 09/01/2021 Publication Date 01/07/2022 01/14/2022 01/21/2022 02/11/2022 02/18/2022 02/25/2022 04/29/2022 08/05/2022 08/12/2022 08/19/2022 09/02/2022 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 47.25 24.45 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 07/05/2021 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) .... $ 22.40 13.07 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 *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): $0.13 per hour additional. ---------------------------------------------------------------- CARP0213-002 07/01/2021 Diver Rates Fringes (1) Wet .....................$ 834.40 16.28 (2) Standby .................$ 445.84 16.28 (3) Tender ..................$ 437.84 16.28 (4) Assistant Tender ........ $ 413.84 16.28 Amounts in ""Rates' column are per day ---------------------------------------------------------------- CARP0213-004 07/01/2021 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 51.60 16.28 STOCKER/SCRAPPER ............ $ 22.16 8.62 ---------------------------------------------------------------- CARP0721-001 07/01/2021 Rates Fringes Modular Furniture Installer ...... $ 21.85 ELEC0440-001 12/27/2021 ELECTRICIAN 7.15 Rates Fringes 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 ELEV0018-001 01/01/2022 Rates ELEVATOR MECHANIC ................$ 61.34 Fringes 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. ENGIO012-003 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 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 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 machine operator (Hackley-Presswell or similar type); Pumperete 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 equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13: Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth -moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power -driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power -driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber -tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MOM, 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. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, TBS, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ENGI0012-004 08/01/2020 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 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 ---------------------------------------------------------------- * LAB00300-005 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. ---------------------------------------------------------------- LAB00345-001 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 ---------------------------------------------------------------- LAB01184-001 07/01/2022 Rates Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 40.69 (2) Vehicle Operator/Hauler.$ 40.86 (3) Horizontal Directional Drill Operator ..............$ 42.71 (4) Electronic Tracking Locator .....................$ 44.71 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 41.90 Fringes 18.25 18.25 18.25 18.25 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 screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi -plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials (""applying"" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand -propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.) GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rodder and spreader GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- LAB01184-004 07/01/2022 Rates Fringes Brick Tender .....................$ 37.32 23.18 ---------------------------------------------------------------- LAB01414-001 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 10/01/2021 Rates Fringes DRYWALL FINISHER/TAPER ........... $ 43.63 22.92 ---------------------------------------------------------------- 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 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, 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, E1 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.; Dumperete 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; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (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 A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or "'TANG'" 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 ]anuary of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO"