Loading...
HomeMy WebLinkAboutContract - 09/11/2024 - 2086 at 9/17/2024 Granite Construction Company Attn:Joseph P. Richardson 38000 Monroe Street Indio,CA 92203 Subject: NOTICE OF AWARD BID NO,B23-60E VARNER ROAD SAFETY IMPROVEMENTS OP NO,8751 The City of Cathedral City has considered the bid submitted by Granite Construction Company for the above-described work in response to its Invitation for Proposals released on July 31g,2024. You are hereby notified that Granite Construction Company proposal has been accepted and awarded at the City Council Meeting of September 11,2024 in the amount of$743,000.00. You are required to execute the enclosed Agreement and furnish the required Bonds, Certificates of Insurance,and Post Award Forms within ten (10)calendar days from the date of this Notice. You are required to return an acknowledged copy of this Notice of Award to the City of Cathedral City. Dated this 17th day of September of 2024. CITY OF CATHEDRAL CITY—OWNER I Armando J.G. Baldizzone,P.E.—City Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this the dayof ,20 .Granite Construction Company ** et 23 202Y Si:- ature Oat joiepti P. wicit.4 So 100 001 s'n A *** Name and Title of Signer(Please Type) 68700 Avenida Lebo Guerrero 6 Cathedral City,CA 92234 6(760) 770-0340 CONTRACT THIS CONTRACT,by and between the CITY OF CATHEDRAL CITY,a municipal corporation,herein referred to as"City,and GRANITE CONSTRUCTION COMPANY,herein referred to as,"Contractor." WITNESSETH: In consideration of their mutual covenants,the parties hereto agree as follows: 1. Contractor shall furnish all necessary labor, material, equipment, transportation, and services for Bid No.B24-60E,Project No.CIP 8751,FEDERAL AID Project NO.HSIPL-5430(035),VARNER ROAD SAFETY IMPROVEMENTS (the "Work") in the City of Cathedral City, California. The Work shall be done in strict conformity with this Contract, approved Change Orders, the Invitation to Bid dated July 31, 2024, Instructions to Bidders, permits issued by the City or other agencies, the General and Specific Project Requirements, Standard Specifications,Plans,Referenced Specifications,the General Conditions,Supplementary Conditions the Contractor's Bid dated August 22,2024, and any addenda thereto(the"Contract Documents") all of which shall be considered a part hereof as though fully set herein. 2. Contractor will comply with all Federal,State,County,and City of Cathedral City laws,regulations and policies,which are,as amended from time to time,incorporated herein by reference. 3. All work shall be done in a workman like manner and to the satisfaction of the City Engineer. 4. Time is of the essence in Contractor's performance of the Work for this Contract. Contractor agrees to diligently pursue the performance and completion of the Work in every detail to the satisfaction of the City. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within Sixty(60)calendar days from the date of Notification to Proceed. 5. In consideration of said Work,City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid. The total compensation to Contractor for all Work shall not exceed Seven Hundred Forty-Three Thousand Dollars($743,000). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Contract Documents. 6. The Contractor, and any subcontractor engaged by Contractor, shall not pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid,to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City up to Two Hundred Dollars($200.00) for each calendar day, or fraction thereof,for every workman paid by Contractor or by any subcontractor engaged by Contractor,in violation of this provision(Sections 1770-1777,Labor Code of California). 7. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City,as provided in the Contract Documents,the cost of which shall be paid by Contractor. 8. Contractor agrees to indemnify,hold harmless,release and defend(even if the allegations are false, fraudulent or groundless), to the maximum extent permitted by law, the City, its City Council and each member thereof, and its officers, employees, commission members and representatives, from any and all liability,loss, suits, claims,damages,costs,judgments and expenses(including attorney's fees and costs of litigation)which in whole or in part are claimed to result from or to arise out of the usage or operation, including the malfunctioning of, or, any injury caused by, any product purchased herein; or any acts, errors or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. This agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and damage to property (including, but without limitation, contract or tort or patent, copyright,trade secret or trademark infringement)sustained by any person or persons(including,but not limited to, companies,or corporations,Contractor and its employees or agents,and members of the general public. 9. Except as otherwise required, Contractor shall concurrently with the execution of this Contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in the Contract Agreement 1300-1 Documents. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without 30 days unconditional written notice to the City and shall name the City as an additional insured. Contractor shall furnish evidence of having in effect, and shall maintain Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self-insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned,for each calendar day during which such laborer,workman,or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week,in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 11. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, color, national origin, ancestry,physical disability, mental disability,medical condition, genetic information, marital status, sex,gender, gender identity, gender expression, age, sexual orientation,or military and veteran status as provided in the California Fair Employment Practice Act(Government Code Sections 12900,et seq.) Contractor agrees that a fmding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City$500.00 liquidated damages for each such breach committed under this Contract. 12. Contractor also agrees that for contracts in excess of$30,000 that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved(Sections 1777.5 and 1777.6,Labor Code of California), Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 13. The Contractor and Sub-Contractors shall comply with the Davis-Bacon Fair Labor Standards Act (40 USC a-276 a-5), and the implementation regulations issued pursuant thereto (29 CFR Section 1, 5) and any amendments thereof.The applicable wage rates,which are in effect within 10 days of the bid opening and are set forth in Exhibit A to this Section 1300,shall be used. These wage rates are available from the Wage Determinations Online website at: www.beta.sam.gov. In the event of a discrepancy between the rates set forth in Exhibit A to this Section 1300,the Prevailing rate established by the State Department of Industrial Relations,and the Federal Prevailing rates, the higher of the rates will be used. 14. This Contract shall not be assignable by Contractor without the written consent of City. 15. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 16. In accepting this Contract,Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 17. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the Work. Contractor must, at Contractor's sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation,any business license tax imposed by City. Contractor represents and declares to Agency that it has all licenses, permits, qualifications and approvals of whatever nature which are legally required to practice its profession. 18. The City,or its authorized auditors or representatives,shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 19. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the Contract. Agreement 1300-2 20. The Contractor shall maintain all such records in the City of Cathedral City. If not,the Contractor shall,upon request,promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including,but not limited to, such additional (out of the City)expenses for personnel,salaries,private auditors,travel,lodging,meals and overhead. 21. In entering into this Contract or a contract with a subcontractor to supply goods, services, or materials pursuant to this Contract,Contractor and any or subcontractor is deemed to have offered and agreed to assign to City all rights,title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(15 U.S.C. Sec. 15)or under the Cartwright Act(Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the California Business and Professions Code),arising from purchases of goods,services,or materials for the Contract. This assignment will be deemed made and will become effective at the time City tenders fmal payment to Contractor, without further acknowledgement by the Parties. 22. Required Contract Provisions for Federal Aid Construction Contracts (F A — 1273). This Contract is funded with Federal-Aid Highway funds and is subject to provisions under Title 23 of the United States Code(23 USC).As such,the Contractor agrees to the provisions titled"Required Contract Provisions for Federal Aid Construction Contracts" set forth in Exhibit B to this Section 1300.Additionally,the Contractor agrees to insert the provisions set forth in Exhibit B,unaltered,into each subcontract and further require their inclusion in all lower tier subcontracts excluding purchase orders,rental agreements,and other agreements for supplies or services. 23. The Parties agree that, in accordance with the City's Electronic Signature Use Policy, adopted on August 10,2023,and as amended thereafter,the Parties may use electronic signatures to execute this document.Any use of electronic signatures to execute this document shall comply with the City's Electronic Signature Use Policy, and such signatures shall have the same force and effect as if this Agreement were executed by hand. Signer acknowledges that is has had an opportunity to request and review the City's Electronic Signature Use Policy, and Signer agrees to comply with the Electronic Signature Use Policy. Signer agrees to indemnify,defend,and hold the City harmless from any claim, damage, or liability associated with transmitting an electronic signature or an electronically signed record by electronic transmission. IN TNESS REOF,the parties have executed this Contract as of the dates stated below. Agreement 1300-3 4 4 "CITY" CITY OF CATHED" ' L CITY, a California municipal corporation 1 t` , ,,1 **/) e 1 '- ' /„. ti, ' 133 egt el ,, 4,'"--„,/ , ..(. If 1 t_ '—Dated: „(41 , ft Charles McClendon City Manager ATTEST: If C, I.,k Dated: Tracey R.1Igrmosillo,CMC, City Clerk APPROVED AS TO FO Eric Vail,City Attorney _vet%tiii trill/ c Li C ri ,,,,„ * *'. °:.... "CONT' , CTOR" 4.4 *".b Dated: By: 1 . -0... 111/? , ( Name: i3ILL- fog . *.674..... .• i 03 AL. k„of 4> „‘N.‘ Title: ' .. (gig.0 issilialit‘‘' Dated: Z. 0 i By 'Y , : Name: 41 J oScPM P. g tC.14,412T)Se.N Title: R ei,8.0.41.. c u [CONTRACTOR SIGNA ' S MUST BE NOT, • ZED. IF CONTRACTOR IS A CORPORATION OR LIMITED LIABILITY COMPANY,TWO SIGNATURES MUST BE PROVIDED.] Agreement 13004 GRANITE CONSTRUCTION COMPANY CERTIFICATE OF SECRETARY RESOLVED,that, effective April 9,2024 through December 31,2024,the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids,bid proposals,bid addenda and all other bid-related documents prepared and submitted on behalf of the Company not to exceed $75 million,relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER,that, effective April 9,2024 through December 31,2024, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids,bid proposals,bid addenda and all other bid-related documents prepared and submitted on behalf of the Company in excess of$75 million,relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER,that, effective April 9,2024 through December 31,2024, the individuals named on the attached Exhibit 1 and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER,that the authority provided for herein shall be in accordance with applicable policies,procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I,M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation(the"Company"),do hereby certify that the following is a true and correct copy of resolutions duly adopted effective April 22,2024 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article III, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: itt ,11 s4.,"‘ ISAUC77:iee tie ▪ o ezivoity--P Dated: April 22,2024 4/ 6 • IQ t =WI 0 M. C Hall 70-1 ,im.4 3A.0 4.11,1/ V**1411 0 14, 11111411,10% E IBIT 1 AUTHO ' ZED SIGNERS Granite Construction Company Desert Cities Region AUTHO ' ZED SIGNERS Bill Moore, VP Desert Cities Region Ian Firth, District VP Joseph P. Richardson, Regional Chief Estimator Rudy Barela, Sr. Operations Finance Manager Muin Mustafa, Project Executive Todd Besant,Project Executive ATTESTORS Bill Moore,VP Desert Cities Region Ian Firth, District VP Joseph P. Richardson, Regional Chief Estimator Rudy Barela, Sr. Operations Finance Manager Muin Mustafa, Project Executive Todd Besant,Project Executive Kelli Osborn, Estimating Assistant EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company AUTHO' ZED SIGNERS Kyle T. Larkin,President&CEO Elizabeth L. Curtis,Executive Vice President James A. Radich, Executive Vice President&Chief Operating Officer Brian R. Dowd, Senior Vice President Michael G. Tatusko, Senior Vice President Bradley J. Williams, Senior Vice President Bradley J. Estes, Senior Vice President E I IBIT A TO CONTRACT APPLICABLE WAGE ' • TES "General Decision Number: CA20240025 08/09/2024 Superseded General Decision Number: CA20230025 State: California Construction Types: Building, Heavy(Heavy and Dredging) and Highway County: Riverside County in California. B I DING 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)(1). If the contract is entered I. Executive Order 14026 into on or after January 30, I generally applies to the 2022, or the contract is I contract. renewed or extended(e.g., an I. The contractor must pay option is exercised) on or I all covered workers at after January 30, 2022: I least$17.20 per hour(or the applicable wage rate I listed on this wage determination, if it is I higher) for all hours I spent performing on the contract in 2024. If the contract was awarded oni. Executive Order 13658 I or between January 1, 2015 and' generally applies to the I January 29, 2022, and the I contract. contract is not renewed or I. The contractor must pay all' Agreement 1300-5 extended on or after January I covered workers at least 30, 2022: I $12.90 per hour(or the applicable wage rate listed! on this wage determination,' if it is higher) for all I hours spent performing on that contract in 2024. I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 1 01/12/2024 2 01/19/2024 3 02/23/2024 4 03/08/2024 5 05/24/2024 6 06/28/2024 7 07/05/2024 8 07/12/2024 9 08/09/2024 AS I:E0005-002 09/01/2023 ' ates Fringes Asbestos orkers sulator ( dudes e application of all insulating materials, protective coverings, coatings, and f .shes to all types of mechanical systems) $ 49.58 25.27 Fire Stop Tec tici. (Application of Firestopping aterials for wall openings Agreement 1300-6 and penetrations in walls, floors, ceilings and curtain walls) $ 36.97 20.36 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 01/01/2024 Rates Fringes BOILE" KER $ 51.98 42.11 * BRCA0004-011 05/01/2024 Rates Fringes BRICKLAYER; ' :LE SETTER $ 45.53 20.29 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms,Needles and 1-15 corridor(Barstow to the Nevada State Line)will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate BRCA0018-004 06/01/2023 Rates Fringes M ' :LE FINISHER $ 40.21 15.23 TILE FINISHER $ 34.78 13.64 TILE LAYER $ 48.29 19.18 Agreement 1300-7 BRCA0018-010 09/01/2023 Rates Fringes TE' ' • ZO FINISHER $ 39.95 14.65 TE' ' • ZO WO' R/SETTER $ 47.85 15.14 C• " '0213-001 07/01/2021 Rates Fringes C• ' 'ENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer $ 51.60 16.28 (2)Millwright $ 52.10 16.48 (3)Piledriverme s I errick 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 Agreement 1300-8 , (2) Standby $445.84 16.28 (3) Tender $ 437.84 16.28 (4)Assistant Tender $ 413.84 16.28 • • ounts in "Rates' col i are per day C • ' '0213-004 07/01/2021 Rates Fringes Drywall DRYWALL INSTALLER/LATHER....$ 51.60 16.28 STOCKER/SC' • 'PER $ 22.16 8.62 CARP0721-001 07/01/2021 Rates Fringes Modular Furniture Installer $21.85 7.15 ELEC0440-001 01/01/2024 Rates Fringes ELECTRIC • INSIDE ELECTRICI• $ 53.76 3%+27.50 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$12.00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A)to a line which runs north and south begininng at Little Morongo Canyon(San Bernardino/Riverside County Line), Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to P.• lam Wash then South to Box Canyon Road, then southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside/Imperial County Line. ELEC1245-001 06/01/2024 Agreement 1300-9 Rates Fringes L CONSTRUCTION (1)Lineman; Cable splicer..$ 70.16 24.46 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) $ 53.30 22.01 (3) Groundman $ 40.76 21.51 (4)Powderman $ 51.87 18.79 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day,Veterans Day, Th. giving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2024 Rates Fringes ELEVATOR C •NIC $ 66.63 37.885+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. P• II HOLIDAYS: New Year's Day,Memorial Day, Independence Day, Labor Day, Veterans'Day, Thanksgiving Day, Friday after Th. sgiving, and Christmas Day. ENGI0012-004 08/01/2023 Rates Fringes OPE' • TOR: Power Equipment DG G) (1)Leve 64.10 34.60 (2) Dredge dozer._......$ 58.13 34.60 (3)Dec ate..... .....$ 58.02 34.60 (4) inch operator(Ste Agreement 1300-10 winch on dredge) $ 57.47 34.60 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand $ 56.93 34.60 (6) Barge Mate $ 57.54 34.60 ENGI0012-024 07/01/2023 Rates Fringes OPE • TOR: Power Equipment (All Other Work) GROUP 1 $ 53.90 32.80 GROUP 2 $ 54.68 32.80 GROUP 3 $ 54.97 32.80 GROUP 4 $ 56.46 32.80 GROUP 6 $ 56.68 32.80 GROUP 8 $ 56.79 32.80 GROUP 10 $ 56.91 32.80 GROUP 12 $ 57.08 32.80 GROUP 13 $ 57.18 32.80 GROUP 14 $ 57.21 32.80 GROUP 15 $ 57.29 32.80 GROUP 16 $ 57.41 32.80 GROUP 17 $ 57.58 32.80 GROUP 18 $ 57.68 32.80 GROUP 19 $ 57.79 32.80 GROUP 20 $ 57.91 32.80 GROUP 21 $ 58.08 32.80 GROUP 22 $ 58.18 32.80 GROUP 23 $ 58.29 32.80 GROUP 24 $ 58.41 32.80 GROUP 25 $ 58.58 32.80 OPERATOR: Power Equipment (Cranes, Piledriving& Hoisting) GROUP 1 $ 55.25 32.80 GROUP 2 $ 56.03 32.80 GROUP 3 $ 56.32 32.80 GROUP 4 $ 56.46 32.80 GROUP 5 $ 56.68 32.80 GROUP 6 $ 56.79 32.80 GROUP 7 $ 56.91 32.80 GROUP 8 $ 57.08 32.80 GROUP 9 $ 57.25 32.80 GROUP 10 $ 58.25 32.80 Agreement 1300-11 GROUP 11 $ 59.25 32.80 GROUP 12 $ 60.25 32.80 GROUP 13 $ 61.25 32.80 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 $ 55.75 32.80 GROUP 2 $ 56.53 32.80 GROUP 3 $ 56.82 32.80 GROUP 4 $ 56.96 32.80 GROUP 5 $ 57.18 32.80 GROUP 6 $ 57.29 32.80 GROUP 7 $ 57.41 32.80 PREMIUM PAY: $10.00 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin,Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes bed, lull or similar types wider 5 tons; Generator operator; Generator,pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator(nurse tank operator);Coil Tubing Rig Operator, Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator(includes bed, 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 Agreement 1300-12 operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type(Skid steer); Equipment greaser(rack); Ford Ferguson (with dragtype attachments); Helicopter radioman(ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator(mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator(small portable);Direct Push Operator(Geoprobe or similar types) Drilling machine operator, small auger types (Texoma super economatic or similar types -Hughes 100 or 200 or similar types - drilling depth of 30'maximum); Equipment greaser(grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator(compacting); Screed operator (asphalt or concrete); Trenching machine operator(up to 6 ft.); Vacuum or much truck GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator(canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman(oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types -Watson 1000 auger or similar types -Texoma 330, 500 or 600 auger or similar types -drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw,pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator(concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator(truck mounted); Road oil mixing machine operator; Roller operator(asphalt or finish), rubber-tired earth moving equipment(single engine,up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator Agreement 1300-13 (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator(power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer,tamper-scraper(single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator(1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator(tamping or finishing); Asphalt paving machine operator(Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator(up to and including 3/4 yd.), small ford, Case or similar types; Cable Bundling Machine Operator (excluding handheld); Cable Trenching Machine Operator (Spider Plow or similar types)Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator(self-propelled); Concrete mixer operator(paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types -Texoma 700, 800 auger or similar types -drilling depth of 60 maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator(Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator(Hackley-Presswell or similar type); Pumperete gun operator; RCM Cementing Unit Operator, Rail/Switch Grinder Operator(Harsco or similar types) Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator(single engine, caterpillar,Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); 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 Agreement 1300-14 drill combination operator; Tractor operator(any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator(boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator(over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment(over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105'maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator(diesel, gas or electric); Motor patrol-blade operator(single engine); Multiple engine tractor operator(Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator(single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator(single engine, over 50 yds. struck); Rubber tired earth moving equipment operator(multiple engine,Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator(crawler and wheel type over 6-1/2 yds.); Woods mixer operator(and similar Pugmill equipment) GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types -Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types -drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 Cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator(multi-engine); Pipe mobile machine operator; Rubber-tired earth-moving equipment operator(multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator(paddle-wheel-auger type self-loading- two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, Agreement 1300-15 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 Agreement 1300-16 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 e. -moving equipment operator, operating equipment with the . dem 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 e. -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); Spyder Excavator Operator,with all attachments C' • S, PILED' ING • HOISTING EQUIP NT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator(includes bed, lull or similar types) Agreement 1300-17 GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator(jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator(1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator(Chicago boom and similar type); Lift mobile operator; Lift slab machine operator(Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold(or similar type); Shovel, backhoe, dragline, clamshell operator(over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel,backhoe, dragline, clamshell operator(over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator(3 drum) GROUP 8: Crane operator(up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator(up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator(over 7 cu. yds., M.R.C.) GROUP 9: Crane operator(over 25 tons and up to and including 50 tons mrc); Derrick barge operator(over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator(over 50 tons and up to and including 100 tons mrc); Derrick barge operator(over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type(over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons,up to and including 100 tons M.R.C.); GROUP 11: Crane operator(over 100 tons and up to and Agreement 1300-18 including 200 tons mrc); Derrick barge operator(over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) ; Tower crane operator and tower gantry GROUP 12: Crane operator(over 200 tons up to and including 300 tons mrc); Derrick barge operator(over 200 tons up to 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) T L 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 • ); 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( el); Pumperete operator; Tractor compressor drill combination operator; Tugger hoist operator(2 drum); Tunnel locomotive operator(over 30 tons) Agreement 1300-19 GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENG I ERS ZONES $1.00 additional per hour for all of I 'E' • County and the portions of KE' , ERSIDE & S • BE' • ' P NO 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 comer 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, 11/M. 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 corner of T25S, R32E,MDM. Continue S following R32E lines to the corner of T31S,R32E, PM. Continue W to the corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, PM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, 0 M. 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 Tls, 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 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 Agreement 1300-20 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 R3OW. Follow the west side of R3OW, SBM to the SW corner of T9N, R3OW, 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 Agreement 1300-21 Section 17, T1ON,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 quarter of Section 2, T8S, R29E, I M. 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, PM. 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 quarter of Section 6, T25S, R42E,MDM. Continue S to that point which is the SW corner of the 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 corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue along the state line to the starting point, which is the center of Section 18, T1ON,R22E, MDM. RE • I ING • ' A NOT DEFINED ABOVE ' CIEVES BASE ' • TE IRON0433-006 01/01/2024 Rates Fringes IRO 0' R Fence Erector $ 42.53 26.26 Ornamental,Reinforcing and Structural $ 47.45 34.90 PREMIUM PAY: $9.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison,29 Palms -Marine Corps,U.S. Marine Base -Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB • y Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School-Monterey, Yermo Marine Corps Logistics Center Agreement 1300-22 Port Hueneme, Port Mugu, U.S. Coast Guard Station-Two Rock * LAB00300-005 07/01/2024 Rates Fringes Asbestos Removal Laborer $ 43.88 25.13 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 Agreement 1300-23 GROUP 2: Gunmen GROUP 3: Reboundmen LAB01184-001 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 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 Agreement 1300-24 (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 LAB01184-002 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; Agreement 1300-25 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 Agreement 1300-26 core cutter(walls, floors or ceilings), ti der 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 h er; 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 T L 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 s 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 Agreement 1300-27 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 21.45 LAB01414-001 08/03/2022 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 38.92 23.32 PLASTER TE ER $ 41.47 23.32 Work on a swing stage scaffold: $1.00 per hour additional. P I 0036-001 07/01/2023 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint(excludes San Diego County) $29.59 17.12 (2)All Other Work $ 38.52 18.64 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. P I 0036-008 09/01/2022 Rates Fringes DRYWALL FINISHER/TAPER $46.28 23.52 Agreement 1300-28 P I 0036-015 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 07/01/2023 ates F ges CE I NT SON/CONC TE F IS E ...$ 44.00 27.11 PLL t0016001 09/01/2023 ates Fringes PL . IlE" I'EFITTE ork ONLY on new additions and rel odeling of la• s, restaurant, stores • d co r ercial buildings not to exceed 5,000 sq. ft. of oor space $ 53.51 25.28 York • Y on strip malls, light commercial,tenant improvement and remodel work $ 42.49 23.86 All other work except work on new additions • d remodeling of bars, restaur• t, stores . d commercial buildings not to exceed 5,000 sq. ft. of oor space and work on Agreement 1300-29 strip malls, light commercial, tenant improvement and remodel work $ 57.18 26.51 PL 0345-001 09/01/2023 Rates Fringes PL BER Landscape/Irrigation Fitter.$ 40.20 25.90 Sewer& Storm Drain Work....$ 44.29 23.28 ROOF0036-002 08/13/2023 Rates Fringes ROOFER $46.02 20.05 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 01/01/2024 Rates Fringes SP' I ER FITTER $45.31 27.91 SHEE0105-003 07/01/2024 LOS A GELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KB' (Northeast part, East of Hwy 395), MONO ORANGE, ' RSIDE, A b S• BERN A INO CO TIES Rates Fringes SHEET METAL WO' R (1) Commercial -New Construction and Remodel work $ 59.40 30.34 (2)Industrial work Agreement 1300-30 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...$ 56.95 30.04 TE 0011-002 07/01/2023 Rates Fringes TRUCK D' R GROUP 1 $ 38.19 33.69 GROUP 2 $ 38.34 33.69 GROUP 3 $ 38.47 33.69 GROUP 4 $ 38.66 33.69 GROUP 5 $ 38.69 33.69 GROUP 6 $ 38.72 33.69 GROUP 7 $ 38.97 33.69 GROUP 8 $ 39.22 33.69 GROUP 9 $ 39.42 33.69 GROUP 10 $ 39.72 33.69 GROUP 11 $ 40.22 33.69 GROUP 12 $ 40.65 33.69 WO' ON ALL MILIT 'Y BASES: PREM 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 D' RS 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 Agreement 1300-31 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 LDERS -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 Agreement 1300-32 solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO,the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member(or person who is like family to the employee)who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee)who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the 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 "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 Agreement 1300-33 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. E I'LE: 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. State Adopted Rate Identifiers Agreement 1300-34 Classifications listed under the ""SA"" identifier indicate that the prevailing wage rate set by a state(or local)government was adopted under 29 C.F.R §1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 01/03/2024 reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. WAGE DETERMINATION APPEALS PROCESS 1.)Has there been an initial decision in the matter? This can be: * 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 Agreement 1300-35 (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Dep •ent 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. E i OF GENE' • DECISION" Agreement 1300-36 EXHIBIT B TO CONTRACT REQUIRED CONTRACT PROVISIONS FHWA-1273—Revised October 23,2023 FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination performed on the contract by the contractor's own organization III. Non-segregated Facilities and with the assistance of workers under the contractor's IV. Davis-Bacon and Related Act Provisions immediate superintendence and to all work performed on the V. Contract Work Hours and Safety Standards Act contract by piecework,station work,or by subcontract. 23 CFR Provisions 633.102(d). VI. Subletting or Assigning the Contract VII. Safety:Accident Prevention 3.A breach of any of the stipulations contained in these Required VIII. False Statements Concerning Highway Projects Contract Provisions may be sufficient grounds for withholding IX. Implementation of Clean Air Act and Federal Water of progress payments, withholding of final payment, Pollution Control Act termination of the contract, suspension /debarment or any X. Certification Regarding Debarment,Suspension, other action determined to be appropriate by the contracting Ineligibility and Voluntary Exclusion agency and FHWA. Xl. Certification Regarding Use of Contract Funds for Lobbying 4.Selection of Labor:During the performance of this contract,the XII. Use of United States-Flag Vessels: 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 ATTACHMENTS release,or probation. 23 U.S.C.114(b).The term Federal-aid highway does not include roadways functionally classified as A. Employment and Materials Preference for Appalachian local roads or rural minor collectors.23 U.S.C.101(a). Development Highway System or Appalachian Local Access Road Contracts(included in Appalachian contracts only) II.NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230,Subpart A,Appendix A;EO 11246) I. GENERAL The provisions of this section related to 23 CFR Part 230,Subpart A, Appendix A are applicable to all Federal-aid construction 1.Form FHWA-1273 must be physically incorporated in each contracts and to all related construction subcontracts of$10,000 construction contract funded under title 23, United States or more.The provisions of 23 CFR Part 230 are not applicable to Code,as required in 23 CFR 633.102(b)(excluding emergency material supply,engineering,or architectural service contracts. contracts solely intended for debris removal). The contractor In addition, the contractor and all subcontractors must comply (or subcontractor) must insert this form in each subcontract with the following policies: Executive Order 11246,41 CFR Part and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other 60,29 CFR Parts 1625-1627,23 U.S.C. 140,Section 504 agreements for supplies or services).23 CFR 633.102(e). 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. The applicable requirements of Form FHWA-1273 are 2000d et seq.), and related regulations including 49 CFR Parts incorporated by reference for work done under any purchase 21,26,and 27;and 23 CFR Parts 200,230,and 633. order, rental agreement or agreement for other services. The The contractor and all subcontractors must comply with: the prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 requirements of the Equal Opportunity Clause in 41 CFR 60- CFR 633.102(e). 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Form FHWA-1273 must be included in all Federal-aid design- Construction Contract Specifications in 41 CFR 60-4.3. build contracts, in all subcontracts and in lower tier subcontracts Note: The U.S. Department of Labor has exclusive authority to (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) determine compliance with Executive Order 11246 and the in accordance with 23 CFR 633.102.The design-builder shall be policies of the Secretary of Labor including 41 CFR Part 60,and responsible for compliance by any subcontractor, lower-tier 29 CFR Parts 1625-1627. The contracting agency and the subcontractor or service provider. FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C.140,Section 504 of the Rehabilitation Contracting agencies may reference Form FHWA-1273 in Act of 1973,as amended(29 U.S.C.794),and Title VI of the Civil solicitation-for-bids or request-for-proposals documents, Rights Act of 1964,as amended(42 U.S.C.2000d et seq.),and however,the Form FHWA-1273 must be physically incorporated related regulations including 49 CFR Parts 21,26,and 27;and 23 (not referenced) in all contracts, subcontracts and lower-tier CFR Parts 200,230,and 633. subcontracts(excluding purchase orders,rental agreements and The following provision is adopted from 23 CFR Part 230, other agreements for supplies or services related to a construction contract).23 CFR 633.102(b). Subpart A,Appendix A,with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA 2.Subject to the applicability criteria noted in the following requirements. sections,these contract provisions shall apply to all work Agreement 1300-31 d. Notices and posters setting forth the contractor's EEO 1.Equal Employment Opportunity: Equal Employment policy will be placed in areas readily accessible to employees, Opportunity(EEO)requirements not to discriminate and to take applicants for employment and potential employees. affirmative action to assure equal opportunity as set forth under laws,executive orders,rules,regulations(see 28 CFR Part 35, e. The contractor's EEO policy and the procedures to 29 CFR Part 1630,29 CFR Parts 1625-1627,41 CFR Part 60 implement such policy will be brought to the attention of and 49 CFR Part 27)and orders of the Secretary of Labor as employees by means of meetings,employee handbooks,or modified by the provisions prescribed herein, and imposed other appropriate means. pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project 4.Recruitment:When advertising for employees,the contractor activities under this contract. The provisions of the Americans will include in all advertisements for employees the notation: with Disabilities Act of 1990(42 U.S.C.12101 et seq.)set forth "An Equal Opportunity Employer."All such advertisements will under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated be placed in publications having a large circulation among by reference in this contract. In the execution of this contract, minorities and women in the area from which the project work the contractor agrees to comply with the following minimum force would normally be derived. specific requirement activities of EEO: a. The contractor will, unless precluded by a valid a.The contractor will work with the contracting agency and bargaining agreement, conduct systematic and direct the Federal Government to ensure that it has made every good recruitment through public and private employee referral faith effort to provide equal opportunity with respect to all of its sources likely to yield qualified minorities and women. To terms and conditions of employment and in their review of meet this requirement,the contractor will identify sources of activities under the contract.23 CFR 230.409(g)(4)&(5). potential minority group employees and establish with such identified sources procedures whereby minority and women b.The contractor will accept as its operating policy the applicants may be referred to the contractor for employment following statement: consideration. "It is the policy of this Company to assure that applicants are b. In the event the contractor has a valid bargaining employed,and that employees are treated during employment, agreement providing for exclusive hiring hall referrals, the without regard to their race, religion, sex, sexual orientation, contractor is expected to observe the provisions of that gender identity, color, national origin, age or disability. Such agreement to the extent that the system meets thecontractor's action shall include: employment, upgrading, demotion, or compliance with EEO contract provisions. Where transfer; recruitment or recruitment advertising; layoff or implementation of such an agreement has the effect of termination; rates of pay or other forms of compensation; and discriminating against minorities or women, or obligates the selection for training, including apprenticeship, pre- contractor to do the same, such implementation violates apprenticeship,and/or on-the-job training." Federal nondiscrimination provisions. 2.EEO Officer:The contractor will designate and make known to c. The contractor will encourage its present employees to the contracting officers an EEO Officer who will have the refer minorities and women as applicants for employment. responsibility for and must be capable of effectively Information and procedures with regard to referring such administering and promoting an active EEO program and who applicants will be discussed withemployees. must be assigned adequate authority and responsibility to do so. 5.Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered,and 3.Dissemination of Policy:All members of the contractor's staff personnel actions of every type, including hiring, upgrading, who are authorized to hire,supervise,promote,and discharge promotion,transfer,demotion,layoff,and termination,shall be employees, or who recommend such action or are taken without regard to race, color, religion, sex, sexual substantially involved in such action, will be made fully orientation, gender identity, national origin, age or disability. cognizant of and will implement the contractor's EEO policy The following procedures shall befollowed: and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project agreement will be met,the following actions will be taken as a sites to ensure that working conditions and employee facilities minimum: do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of not less often than once every six months, at which time the wages paid within each classification to determine any contractor's EEO policy and its implementation will be reviewed evidence of discriminatory wage practices. and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of b. All new supervisory or personnel office employees will be discrimination. Where evidence is found, the contractor will given a thorough indoctrination by the EEO Officer,covering all promptly take corrective action. If the review indicates that the major aspects of the contractor's EEO obligations within thirty discrimination may extend beyond the actions reviewed, such days following their reporting for duty with the contractor. corrective action shall include all affected persons. C. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection contractor's procedures for locating and hiring minorities and with its obligations under this contract,will attempt to resolve women, such complaints,and will take appropriate corrective action Agreement 1300-32 within a reasonable time. If the investigation indicates that the sufficient referrals (even though it is obligated to provide discrimination may affect persons other than the complainant, exclusive referrals under the terms of a collective bargaining such corrective action shall include such other persons. Upon agreement) does not relieve the contractor from the completion of each investigation,the contractor will inform every requirements of this paragraph. In the event the union referral complainant of all of their avenues of appeal. practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these 6.Training and Promotion: special provisions, such contractor shall immediately notify the contracting agency. a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are 8.Reasonable Accommodation for Applicants / Employees applicants for employment or current employees.Such efforts with Disabilities: The contractor must be familiar with the should be aimed at developing full journey level status requirements for and comply with the Americans with employees in the type of trade or job classification involved. Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable b. Consistent with the contractor's work force requirements accommodation in all employment activities unless to do so and as permissible under Federal and State regulations, the would cause an undue hardship. contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the 9.Selection of Subcontractors,Procurement of Materials and geographical area of contract performance). In the event a Leasing of Equipment: The contractor shall not discriminate on the grounds of race,color,religion,sex,sexual orientation, special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the gender identity,national origin,age,or disability in the selection special provision. The contracting agency may reserve and retention of subcontractors, including procurement of materials and leases of equipment.The contractor shall take all training positions for persons who receive welfare assistance in accordance with 23 U.S.C.140(a). necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. c. The contractor will advise employees and applicants for employment of available training programs and entrance a. The contractor shall notify all potential subcontractors, requirements for each. suppliers, and lessors of their EEO obligations under this contract. d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and women and will encourage eligible employees to apply for subcontractor compliance with their EEOobligations. such training and promotion. 7.Unions:If the contractor relies in whole or in part upon unions 10. Assurances Required: as a source of employees,the contractor will use good faith efforts to obtain the cooperation of such unions to increase a. The requirements of 49 CFR Part 26 and the State opportunities for minorities and women.23 CFR DOT's FHWA-approved Disadvantaged Business Enterprise 230.409. Actions by the contractor, either directly or through a (DBE)program are incorporated by reference, contractor's association acting as agent, will include the procedures set forth below: b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race,color, national origin, or sex a. The contractor will use good faith efforts to develop, in in the performance of this contract.The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. of this contract, which may result in the termination of this contract or such other remedy as the recipient deems b. The contractor will use good faith efforts to incorporate an appropriate,which may include,but is not limited to: EEO clause into each union agreement to the end that such (1)Withholding monthly progress payments; union will be contractually bound to refer applicants without (2)Assessing sanctions; regard to their race, color, religion, sex, sexual orientation, (3)Liquidated damages;and/or (4)Disqualifying the contractor from future bidding as gender identity,national origin,age,or disability. non- responsible. c. The Title VI and nondiscrimination provisions of U.S. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the DOT Order 1050.2A at Appendixes A and E are incorporated extent such information is within the exclusive possession of by reference. 49 CFR Part 21. the labor union and such labor union refuses to furnish such information to the contractor,the contractor shall so certify to 11. Records and Reports:The contractor shall keep such records as necessary to document compliance with the EEO the contracting agency and shall set forth what efforts have been made to obtain such information. requirements. Such records shall be retained for a period of three years following the date of the final payment to the d. In the event the union is unable to provide the contractor contractor for all contract work and shall be available at with a reasonable flow of referrals within the time limit set forth reasonable times and places for inspection by authorized in the collective bargaining agreement, the contractor will, representatives of the contracting agency and the FHWA. through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual a. The records kept by the contractor shall documentthe orientation, gender identity, national origin, age, or disability; following: making full efforts to obtain qualified and/or qualifiable minorities and women.The failure of a union to provide Agreement 1300-33 (1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117, and National Highway minority group members and women employed in each work Freight Program projects funded under 23 U.S.C.167. classification on the project; The following provisions are from the U.S.Department of Labor (2)The progress and efforts being made in cooperation regulations in 29 CFR 5.5 'Contract provisions and related with unions, when applicable, to increase employment matters" with minor revisions to conform to the FHWA- 1273 opportunities for minorities and women;and format and FHWA program requirements. (3)The progress and efforts being made in locating,hiring, training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5) b. The contractors and subcontractors will submit an annual a.Wage rates and fringe benefits.All laborers and mechanics report to the contracting agency each July for the duration of the employed or working upon the site of the work (or otherwise project indicating the number of minority, women, and non- working in construction or development of the project under a minority group employees currently engaged in each work development statute),will be paid unconditionally and not less classification required by the contract work.This information Is often than once a week,and without subsequent deduction or to be reported on Farm FHWA-1391.The staffing data should rebate on any account(except such payroll deductions as are represent the project work force on board in all or any part of permitted by regulations issued by the Secretary of Labor under the last payroll period preceding the end of July. If on-the-job the Copeland Act (29 CFR part 3)), the full amount of basic training is being required by special provision,the contractor will hourly wages and bona fide fringe benefits(or cash equivalents be required to collect and report training data.The employment thereof)due at time of payment computed at rates not less than data should reflect the work force on board during all or any part those contained in the wage determination of the Secretary of of the last payroll period preceding the end of July. 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 III.NONSEGREGATED FACILITIES mechanics. As provided in paragraphs (d)and(e)of 29 CFR 5.5, the appropriate wage determinations are effective by This provision is applicable to all Federal-aid construction operation of law even if they have not been attached to the contracts and to all related construction subcontracts of more contract.Contributions made or costs reasonably anticipated for than$10,000. 41 CFR 60-1.5. bona fide fringe benefits under the Davis-Bacon Act(40 U.S.C. 3141(2)j ))on behalf of laborers or mechanics are considered As prescribed by 41 CFR 60-1.8,the contractor must ensure that wages paid to such laborers or mechanics, subject to the facilities provided for employees are provided in such a manner provisions of paragraph 1.e. of this section; also, regular that segregation on the basis of race,color,religion,sex,sexual contributions made or costs incurred for more than a weekly orientation, gender identity,or national origin cannot result. The period(but not less often than quarterly)under plans,funds,or contractor may neither require such segregated use by written or programs which cover the particular weekly period,are deemed oral policies nor tolerate such use by employee custom. The to be constructively made or incurred during such weekly contractor's obligation extends further to ensure that its period. Such laborers and mechanics must be paid the employees are not assigned to perform their services at any appropriate wage rate and fringe benefits on the wage location under the contractor's control where the facilities are determination for the classification(s) of work actually segregated. The term "facilities" includes waiting rooms, work performed, without regard to skill, except as provided in areas,restaurants and other eating areas,time clocks,restrooms, paragraph 4.of this section.Laborers or mechanics performing washrooms, locker rooms and other storage or dressing areas, work in more than one classification may be compensated at parking lots,drinking fountains,recreation or entertainment areas, the rate specified for each classification for the time actually transportation, and housing provided for employees. The worked therein: Provided, That the employer's payroll records contractor shall provide separate or single-user restrooms and accurately set forth the time spent in each classification in which necessary dressing or sleeping areas to assure privacy between work is performed. The wage determination (including any sexes. additional classifications and wage rates conformed under paragraph 1.c. of this section) and the Davis-Bacon poster (WH-1321)must be posted at all times by the contractor and its IV. DAVIS-BACON AND RELATED ACT PROVISIONS subcontractors at the site of the work in a prominent and accessible place where it can be easily...con by the workers. This section is applicable to all Federal-aid construction projects exceeding$2,000 and to all related subcontracts and lower-tier b.Frequently recurring classifications.(1)In addition to wage subcontracts (regardless of subcontract size), in accordance and fringe benefit rates that have been determined to be with 29 CFR 5.5.The requirements apply to all projects located prevailing under the procedures set forth in 29 CFRJ art 1, a within the right-of-way of a roadway that is functionally classified wage determination may contain,pursuant to§1.3(f),wage and as Federal-aid highway.23 U.S.C.113.This excludes roadways fringe benefit rates for classifications of laborers and mechanics functionally classified as local roads or rural minor collectors, for which conformance requests are regularly submitted which are exempt.23 U.S.C.101. pursuant to paragraph 1.c.of this section,provided that: 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: (i)The work performed by the classification is not performed by a classification Surface Transportation Block Grant Program projects funded in the wage determination for under 23 U.S.C. 133 [excluding recreational trails projects], the which a prevailing wage rate has been determined; Nationally Significant Freight and Highway Agreement 1300-34 (ii)The classification is used in the area by the under paragraphs 1.c.(3)and (4)of this section.The contractor construction industry;and must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) (iii)The wage rate for the classification bears a reasonable determined pursuant to paragraph 1.c.(3) or(4)of this section relationship to the prevailing wage rates contained in the must be paid to all workers performing work in the classification wage determination, under this contract from the first day on which work is performed in the classification. (2) The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii)of this d.Fringe benefits not expressed as an hourly rate. section.Work performed in such a classification must be paid at Whenever the minimum wage rate prescribed inthe contract no less than the wage and fringe benefit rate listed on the wage for a class of laborers or mechanics includes a fringe benefit determination for such classification. which is not expressed as an hourly rate,the contractor may either pay the benefit as stated in the wage determination or c.Conformance.(1)The contracting officer must require that may pay another bona fide fringe benefit or an hourly cash any class of laborers or mechanics,including helpers,which is equivalent thereof. not listed in the wage determination and which is to be employed under the contract be classified in conformance with e. Unfunded plans.If the contractor does not make payments the wage determination. Conformance of an additional to a trustee or other third person,the contractor may consider classification and wage rate and fringe benefits is appropriate as part of the wages of any laborer or mechanic the amount of only when the following criteria have been met: any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That the Secretary (i)The work to be performed by the classificationof Labor has found,upon the written request of the contractor, requested is not performed by a classification in the wage in accordance with the criteria set forth in determination;and §5.28, 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 (ii)The classification is used in the area by the meeting of obligations under the plan or program. construction industry;and f.Interest. in the event of a failure to pay all or part of the (iii)The proposed wage rate,including any bona fide fringe wages required by the contract,the contractor will be required benefits, bears a reasonable relationship to the wage rates to pay interest on any underpayment of wages. contained in the wage deterrnination. 2. Withholding(29 CFR 5.5) (2)The conformance process may not be used to split, subdivide,or otherwise avoid application of classifications a. Withholding requirements. The contracting agency may, listed in the wage determination. upon its own action, or must, upon written request of an authorized representative of the Department of Labor,withhold (3)If the contractor and the laborers and mechanics to be or cause to be withheld from the contractor so much of the employed in the classification (if known), or their accrued payments or advances as may be considered representatives, and the contracting officer agree on the necessary to satisfy the liabilities of the prime contractor or any classification and wage rate(including the amount designated subcontractor for the full amount of wages and monetary relief, for fringe benefits where appropriate), a report of the action including interest, required by the clauses set forth in this taken will be sent by the contracting officer by email to section for violations of this contract, or to satisfy any such DBAconfar: —, o!,c/o v. The Administrator, or an liabilities required by any other Federal contract, or federally authorized representative,will approve, modify,or disapprove assisted contract subject to Davis-Bacon labor standards,that every additional classification action within 30 days of receipt is held by the same prime contractor(as defined in§5.2).The and so advise the contracting officer or will notify the contracting necessary funds may be withheld from the contractor under this officer within the 30-day period that additional time is contract, any other Federal contract with the same prime necessary. contractor, or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is (4)In the event the contractor,the laborers or mechanics to held by the same prime contractor, regardless of whether the be employed in the classification or their representatives,and other contract was awarded or assisted by the same agency, the contracting officer do not agree on the proposed and such funds may be used to satisfy the contractor liability for classification and wage rate(including the amount designated which the funds were withheld. In the event of a contractor's for fringe benefits, where appropriate), the contracting officer failure to pay any laborer or mechanic,including any apprentice will, by email to 7Ararafrrnracslwfa refer the or helper working on the site of the work all or part of the wages questions, including the views of all interested parties and the required by the contract, or upon the contractors failure to recommendation of the contracting officer,to the Administrator submit the required records as discussed in paragraph 3.d.of for determination. The Administrator, or an authorized this section,the contracting agency may on its own initiative and representative, will issue a determination within 30 days of after written notice to the contractor,take such action as may receipt and so advise the contracting officer or will notify the be necessary to cause the suspension of any further payment, contracting officer within the 30-day period that additional time advance, or guarantee of funds until such violations have is necessary. ceased. (5)The contracting officer must promptly notify the b.Priority to withheld funds.The Department has priority to contractor of the action taken by the Wage and Hour Division funds withheld or to be withheld in accordance with paragraph Agreement 1300-35 agency.The prime contractor is responsible for the submission of 2.a. of this section or Section V. paragraph 3.a.,or both, over claims to those funds by: all certified payrolls by all subcontractors.A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the (1)A contractor's surety(ies),including without limitation electronic system requires a legally valid electronic signature;the performance bond sureties and payment bond sureties; system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after the work on the prime contract has been (2)A contracting agency for its reprocurementcosts; completed; and the contracting agency or prime contractor permits other methods of submission in situations where the (3)A trustee(s) (either a court-appointed trustee or a U.S. contractor Is unable or limited in its ability to use or access the trustee,or both)in bankruptcy of a contractor,or a contractor's electronic system. bankruptcy estate; (2)Information required.The certified payrolls submitted must (4)A contractor's assignee(s); set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2)of this section,except that full Social Security numbers and last known addresses, (5)A contractor's successor(s);or telephone numbers,and email addresses must not be included on weekly transmittals.Instead,the certified payrolls need only (6)A claim asserted under the Prompt Payment Act,31 include an individually identifying number for each worker(e.g., U.S.0 3901-3907. the last four digits of the worker's Social Security number).The required weekly certified payroll information may be submitted using Optional Form WH-347 or in any other format desired. 3.Records and certified payrolls(29 CFR 5.5) Optional Form WH-347 is available for this purpose from the Wage and Hour Division website at a.Basic record requirements(1)Length of record retention. http /www,dagov/site,s/dolgov/files,WHD/ All regular payrolls and other basic records must be maintained leclacyltiles/wh347/pdf or its successor website. It is not a by the contractor and any subcontractor during the course of violation of this section for a prime contractor to require a the work and preserved for all laborers and mechanics working subcontractor to provide full Social Security numbers and last at the site of the work(or otherwise working in construction or known addresses,telephone numbers,and email addresses to development of the project under a development statute)for a the prime contractor for its own records, without weekly period of at least 3 years after all the work on the prime contract submission by the subcontractor to the contracting agency. is completed. (3)Statement of Compliance. Each certified payroll (2)Information required. Such records must contain the submitted must be accompanied by a -Statement of name;Social Security number;last known address,telephone Compliance,"signed by the contractor or subcontractor,or the number,and email address of each such worker;each worker's contractor's or subcontractor's agent who pays or supervises correct classification(s)of work actually performed;hourly rates the payment of the persons working on the contract,and must of wages paid (including rates of contributions or costs certify the following: anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 31412j(Biof the (i)That the certified payroll for the payroll period contains Davis-Bacon Act); daily and weekly number of hours actually the information required to be provided under paragraph 3.b. worked in total and on each covered contract;deductions made; of this section,the appropriate information and basic records and actual wages paid. are being maintained under paragraph 3.a. of this section, and such information and records are correct and complete; (3)Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under paragraph i.e.of this (ii)That each laborer or mechanic(including each helper section that the wages of any laborer or mechanic include the and apprentice)working on the contract during the payroll amount of any costs reasonably anticipated in providing period has been paid the full weekly wages earned,without benefits under a plan or program described in 40 U.S.C. rebate,either directly or indirectly, and that no deductions 3141 2 B of the Davis-Bacon Act, the contractor must have been made either directly or indirectly from the full maintain records which show that the commitment to provide wages earned, other than permissible deductions as set such benefits is enforceable, that the plan or program is forth in 29 CFR E-lrl 3;and 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 (iii)That each laborer or mechanic has been paid not less incurred in providing such benefits. than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed,as specified in the applicable wage determination (4)Additional records relating to apprenticeship.Contractors incorporated into the contract. with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs,the registration of the apprentices,and the ratios and (4)Use of Optional Form WH-347. The weekly submission wage rates prescribed in the applicable programs. of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for submission of the °Statement of Compliance" required by b.Certified payroll requirements(1)Frequency and method paragraph 3.b.(3)of this section. of submission. The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts- covered work is performed,certified payrcills to the contracting Agreement 1300-36 (5)Signature. The signature by the contractor, of each covered worker,and must provide them upon request to subcontractor,or the contractors or subcontractor's agent the contracting agency, the State DOT, the FHWA, the must be an original handwritten signature or a legally valid contractor,or the Wage and Hour Division of the Department of electronic signature. Labor for purposes of an investigation or other compliance action. (6)Falsification. The falsification of any of the above 4.Apprentices and equal employment opportunity (29 CFR certifications may subject the contractor or subcontractor to 5.5) civil or criminal prosecution under 18 U.S.C. '1001 and 31 U.S.C.3729. a.Apprentices(1)Rate of pay.Apprentices will be permitted (7)Length of certified payroll retention. The contractor or to work at less than the predetermined rate for the work they subcontractor must preserve all certified payrolls during the perform when they are employed pursuant to and individually course of the work and for a period of 3 years after all the work registered in a bona fide apprenticeship program registered with on the prime contract is completed. the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (OA), or with a State Apprenticeship Agency recognized by the OA.A person who is c.Contracts, subcontracts, and related documents. The not individually registered in the program, but who has been contractor or subcontractor must maintain this contract or certified by the OA or a State Apprenticeship Agency(where subcontract and related documents including, without appropriate)to be eligible for probationary employment as an limitation, bids, proposals, amendments, modifications, and apprentice, will be permitted to work at less than the extensions. The contractor or subcontractor must preserve predetermined rate for the work they perform in the first 90 days these contracts,subcontracts,and related documents during of probationary employment as an apprentice in such a the course of the work and for a period of 3 years after all the program.In the event the OA or a State Apprenticeship Agency work on the prime contract is completed. recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use d.Required disclosures and access (1) Required record apprentices at less than the applicable predetermined rate for disclosures and access to workers. The contractor or the work performed until an acceptable program is approved. subcontractor must make the records required under paragraphs 3.a. through 3.c. of this section, and any other (2)Fringe benefits.Apprentices must be paid fringe benefits documents that the contracting agency, the State DOT, the in accordance with the provisions of the apprenticeship FHWA, or the Department of Labor deems necessary to program.If the apprenticeship program does not specify fringe determine compliance with the labor standards provisions of benefits, apprentices must be paid the full amount of fringe any of the applicable statutes referenced by§5.1,available for benefits listed on the wage determination for the applicable inspection, copying, or transcription by authorized classification. If the Administrator determines that a different representatives of the contracting agency,the State DOT,the practice prevails for the applicable apprentice classification, FHWA, or the Department of Labor, and must permit such fringe benefits must be paid in accordance with that representatives to interview workers during working hours on determination. the job. (3)Apprenticeship ratio.The allowable ratio of apprentices to (2)Sanctions for non-compliance with records and worker joumeyworkers on the job site in any craft classification must access requirements. If the contractor or subcontractor fails to not be greater than the ratio permitted to the contractor as to the submit the required records or to make them available, or entire work force under the registered program or the ratio refuses to permit worker interviews during working hours on the applicable to the locality of the project pursuant to paragraph job, the Federal agency may, after written notice to the 4.a.(4) of this section. Any worker listed on a payroll at an contractor, sponsor, applicant, owner, or other entity, as the apprentice wage rate, who is not registered or otherwise case may be,that maintains such records or that employs such employed as stated in paragraph 4.a.(1)of this section,must be workers, take such action as may be necessary to cause the paid not less than the applicable wage rate on the wage suspension of any further payment, advance,or guarantee of determination for the classification of work actually performed. funds.Furthermore,failure to submit the required records upon In addition, any apprentice performing work on the job site in request or to make such records available,or to permit worker excess of the ratio permitted under this section must be paid not interviews during working hours on the job,may be grounds for less than the applicable wage rate on the wage determination debarment action pursuant to§5.12.In addition,any contractor for the work actuallyperformed. or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing (4)Reciprocity of ratios and wage rates.Where a contractor as evidence in an administrative proceeding under .FREprt is performing construction on a project in a locality other than any of the required records that were not provided or made the locality in which its program is registered,the ratios and available to WHD. WHD will take into consideration a wage rates(expressed in percentages of the joumeyworkers reasonable request from the contractor or person for an hourly rate) applicable within the locality in which the extension of the time for submission of records. WHD will construction is being performed must be observed. if there is determine the reasonableness of the request and may consider, no applicable ratio or wage rate for the locality of the project, among other things,the location of the records and the volume the ratio and wage rate specified in the contractors registered of production. program must be observed. (3)Required information disclosures. Contractors and b.Equal employment opportunity. The use of apprentices subcontractors must maintain the full Social Security number and joumeyworkers under this part must be in conformity with and last known address,telephone number,and email address Agreement 1300-37 b.No part of this contract shall be subcontracted to any the equal employment opportunity requirements of Executive Order 11246,as amended,and 29 CFR part 30. person or firm ineligible for award of a Government contract by virtue of 40 ti,,9„C,_ 1,14_(_Oi or§5.12(a). c. Apprentices and Trainees(programs of the U.S.DOT). c.The penalty for making false statements is prescribed in the U.S.Code,Tftle 18 Crimes and Criminal Procedure, 18 Apprentices and trainees working under apprenticeship and skill U.S.C.1001. training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the 11. Anti-retaliation.It is unlawful for any person to discharge, requirements of paragraph 4 of this Section IV. 23 CFR demote,intimidate,threaten,restrain,coerce,blacklist,harass, 230.111(eX2). The straight time hourly wage rates for or in any other manner discriminate against,or to cause any apprentices and trainees under such programs will be person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate established by the particular programs.The ratio of apprentices and trainees to journeyworkers shall not be greater than against,any worker or job applicantfor: permitted by the terms of the particular program. a.Notifying any contractor of any conduct which the worker 5.Compliance with Copeland Act requirements. The reasonably believes constitutes a violation of the DBA,Related contractor shall comply with the requirements of 29 CFR part Acts,this part,or 29 CFR cart 1 or 3; 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. b.Filing any complaint,initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the 6.Subcontracts. The contractor or subcontractor must insert DBA,Related Acts,this part,or 29 CFR part 1 or3; FHWA-1273 in any subcontracts, along with the applicable wage determination(s) and such other clauses or contract modifications as the contracting agency may by appropriate c.Cooperating in any Investigation or other compliance instructions require,and a clause requiring the subcontractors action,or testifying in any proceeding under the DBA,Related to include these clauses and wage determination(s) in any Acts,this part,or 29 CFR part 1 or 3;or lower tier subcontracts.The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor d.Informing any other person about their rights underthe with all the contract clauses in this section.In the event of any DBA,Related Acts,this part,or 29 CFflpart 1 or3. violations of these clauses, the prime contractor and any subcontractor(s)responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier V.CONTRACT WORK HOURS AND SAFETY STANDARDS subcontractors, and may be subject to debarment, as ACT appropriate. 29 CFR 5.5. Pursuant to 29 CFR 5.5(b),the following clauses apply to any 7.Contract termination: debarment. A breach of the contract Federal-aid construction contract in an amount in excess of clauses in 29 CFR 5.5 may be grounds for termination of the $100,000 and subject to the overtime provisions of the Contract contract,and for debarment as a contractor and a subcontractor Work Hours and Safety Standards Act.These clauses shall be as provided in 29 CFR 5.12. 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 watchpersons and guards. 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 1.Overtime requirements. No contractor or subcontractor are herein incorporated by reference in this contract as contracting for any part of the contract work which may require provided in 29 CFR 5.5. 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 9.Disputes concerning labor standards.As provided in 29 CFR in excess of forty hours in such workweek unless such laborer 5.5,disputes arising out of the labor standards provisions of this or mechanic receives compensation at a rate not less than one contract shall not be subject to the general disputes clause of and one-half times the basic rate of pay for all hours worked in this contract. Such disputes shall be resolved in accordance excess of forty hours in such workweek. 29 CFR 5.5. 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 2.Violation;liability for unpaid wages;liquidated damages.In subcontractors)and the contracting agency,the the event of any violation of the clause set forth in paragraph 1. U.S. Department of Labor, or the employees or their of this section the contractor and any subcontractor responsible representatives. therefor shall be liable for the unpaid wages and interest from the date of the underpayment.In addition,such contractor and subcontractor shall be liable to the United States(in the case of 10. Certification of eligibility.a.By entering into this contract, work done under contract for the District of Columbia or a the contractor certifies that neither it nor any person or firm who territory, to such District or to such territory), for liquidated has an interest in the contractor's firm is a person or firm damages. Such liquidated damages shall be computed with ineligible to be awarded Government contracts by virtue of 40 3144tbu or 5.12(a). respect to each individual laborer or § Agreement 1300-38 mechanic, including watchpersons and guards, employed In event of any violations of these clauses,the prime contractor and violation of the clause set forth in paragraph 1.of this section,in any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief,including interest from the date of the the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted underpayment or loss, due to any workers of lower- tier to work in excess of the standard workweek of forty hours subcontractors, and associated liquidated damages and may be without payment of the overtime wages required by the clause subject to debarment,as appropriate. set forth in paragraph 1.of this section, 5.Anti-retaliation. It is unlawful for any person to discharge, *$31 as of January 15,2023(See 88 FR 88 FR 2210)as may demote,intimidate,threaten,restrain,coerce,blacklist,harass, be adjusted annually by the Department of Labor,pursuant to the or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, Federal Civil Penalties Inflation Adjustment Act of 1990. coerce, blacklist, harass, or in any other manner discriminate against,any worker or Job applicantfor: 3.Withholding for unpaid wages and liquidated damages a.Notifying any contractor of any conduct which the worker a.Withholding process.The FHWA or the contracting agency reasonably believes constitutes a violation of the Contract may,upon its own action,or must, upon written request of an Work Hours and Safety Standards Act (CWHSSA) or its authorized representative of the Department of Labor,withhold implementing regulations In this part; or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered b.Filing any complaint,initiating or causing to be initiated any necessary to satisfy the liabilities of the prime contractor or any proceeding, or otherwise asserting or seeking to assert on subcontractor for any unpaid wages;monetary relief,including behalf of themselves or others any right or protection under interest; and liquidated damages required by the clauses set CWHSSA or this part; forth in this section on this contract,any other Federal contract with the same prime contractor,or any other federally assisted contract subject to the Contract Work Hours and Safety c.Cooperating in any investigation or other compliance Standards Act that is held by the same prime contractor (as action,or testifying In any proceeding under CWHSSA orthis defined in §5.2). The necessary funds may be withheld from part;or the contractor under this contract, any other Federal contract with the same prime contractor,or any other federally assisted d.Informing any other person about their rights under contract that is subject to the Contract Work Hours and Safety CWHSSA or this part. Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency,and such funds may be used to satisfy the contractor liability for which the funds werewithheld. VI.SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction b.Priority to withheld funds.The Department has priority to contracts on the National Highway System pursuant to 23 CFR funds withheld or to be withheld in accordance with Section IV 635.116. paragraph 2.a.or paragraph 3.a.of this section,or both,over claims to those funds by: 1.The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater (1)A contractor's surety(ies),including without limitation percentage if specified elsewhere in the contract)of the total performance bond sureties and payment bond sureties; 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 (2)A contracting agency for its reprocurementcosts; items performed may be deducted from the total original contract price before computing the amount of work required to (3)A trustee(s) (either a court-appointed trustee or a U.S. be performed by the contractors own organization (23 CFR trustee,or both)in bankruptcy of a contractor,or a contractors 635.116). bankruptcy estate; a. The term "perform work with its own organization" in paragraph 1 of Section VI refers to workers employed or (4)A contractors assignee(s); leased by the prime contractor, and equipment owned or rented by the prime contractor,with or without operators.Such (5)A contractor's successor(s);or 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 (6)A claim asserted under the Prompt Payment Act,3 I payments for the costs of hiring leased employees from an U.S.C.3901-3907. employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be 4.Subcontracts.The contractor or subcontractor mustinsert in included in this term if the prime contractor meets all of the any subcontracts the clauses set forth in paragraphs 1. following conditions:(based on longstanding interpretation) through 5. of this section and a clause requiring the subcontractors to include these clauses in any lower tier (1)the prime contractor maintains control over the subcontracts. The prime contractor is responsible for supervision of the day-to-day activities of the leased compliance by any subcontractor or lower tier subcontractor - employees; with the clauses set forth in paragraphs 1.through 5.In the (2)the prime contractor remains responsible for the quality of the work of the leased employees; Agreement 1300-39 (3)the prime contractor retains all power to accept or health standards (29 CFR Part 1926) promulgated by the exclude individual employees from work on the project;and Secretary of Labor, in accordance with Section 107 of the (4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C. the payment of predetermined minimum wages, the 3704). 29 CFR 1926.10. submission of payrolls, statements of compliance and all other Federal regulatory requirements. 3.Pursuant to 29 CFR 1926.3,it is a condition of this contract that the Secretary of Labor or authorized representative thereof, b."Specialty Items"shall be construed to be limited towork shall have right of entry to any site of contract performance to that requires highly specialized knowledge, abilities, or inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the equipment not ordinarily available in the type of contracting duties of the Secretary under Section 107 of the Contract Work organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor Hours and Safety Standards Act(40 U.S.C.3704). components of the overall contract.23 CFR 635.102. 2.Pursuant to 23 CFR 635.116(a), the contract amount upon VIII. FALSE STATEMENTS CONCERNING HIGHWAY which the requirements set forth in paragraph(1)of Section VI PROJECTS is computed includes the cost of material and manufactured products which are to be purchased or produced by the This provision is applicable to all Federal-aid construction contractor under the contract provisions. contracts and to all related subcontracts. In order to assure high quality and durable construction in 3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish (a)a competent superintendent or supervisor who is employed by conformity with approved plans and specifications and a high degree of reliability on statements and representations made by the firm, has full authority to direct performance of the work in engineers, contractors, suppliers, and workers on Federal- aid accordance with the contract requirements,and is in charge of all concerned with construction operations (regardless of who performs the work) highway projects, it is essential that all persons and (b) such other of its own organizational resources the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the misrepresentation with respect to any facts related to the project performance of the contract, is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts,Form FHWA- 4.No portion of the contract shall be sublet,assigned or otherwise 1022 shall be posted on each Federal-aid highway project (23 CFR Part 635)in one or more places where it is readily available disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when to all persons concerned with the project: 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 18 U.S.C. 1020 reads as follows: each subcontract is evidenced in writing and that it contains all 'Whoever, being an officer, agent, or employee of the United pertinent provisions and requirements of the prime contract. (based on long-standing interpretation of 23 CFR 635.116). 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 5.The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, 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 contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). 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 VII.SAFETY:ACCIDENT PREVENTION Secretary of Transportation;or This provision is applicable to all Federal-aid construction Whoever knowingly makes any false statement, false contracts and to all related subcontracts. 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 1.In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws goveming connection with the construction of any highway or related project safety,health,and sanitation(23 CFR Part 635).The contractor approved by the Secretary of Transportation;or shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, Whoever knowingly makes any false statement or false or as the contracting officer may determine, to be reasonably representation as to material fact in any statement,certificate,or report submitted pursuant to provisions of the Federal-aid Roads necessary to protect the life and health of employees on the job and the safety of the public and to protect property in Act approved July 11, 1916, (39 Stat. 355), as amended and connection with the performance of the work covered by the supplemented; contract.23 CFR 635.108. Shall be fined under this title or imprisoned not more than 5 years 2. It is a condition of this contract,and shall be made a condition or both." 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 Agreement 1300-40 IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT(42 U.S.G.7606;2 CFR e.The terms"covered transaction,""debarred,""suspended," 200.88;EO 11738) "ineligible,"'participant," "person," "principal,"and "voluntarily excluded,"as used in this clause, are defined in 2 CFR Parts This provision is applicable to all Federal-aid construction 180, Subpart I, 180.900-180.1020, and 1200. "First Tier contracts in excess of $150,000 and to all related Covered Transactions" refers to any covered transaction subcontracts.48 CFR 2.101;2 CFR 200.327. between a recipient or subrecipient of Federal funds and a participant(such as the prime or general contract)."Lower Tier By submission of this bid/proposal or the execution of this Covered Transactions"refers to any covered transaction under contract or subcontract, as appropriate, the bidder, proposer, a First Tier Covered Transaction(such as subcontracts)."First Federal-aid construction contractor, subcontractor, supplier, or Tier Participant"refers to the participant who has entered into a vendor agrees to comply with all applicable standards,orders or covered transaction with a recipient or subrecipient of Federal regulations issued pursuant to the Clean Air Act(42 U.S.C.7401- funds (such as the prime or general contractor). "Lower Tier 7671q)and the Federal Water Pollution Control Act,as amended Participant" refers any participant who has entered into a (33 U.S.C. 1251-1387). Violations must be reported to the covered transaction with a First Tier Participant or other Lower Federal Highway Administration and the Regional Office of the Tier Participants(such as subcontractors and suppliers). Environmental Protection Agency.2 CFR Part 200,Appendix II. f.The prospective first tier participant agrees by submitting The contractor agrees to include or cause to be included the this proposal that,should the proposed covered transaction be requirements of this Section in every subcontract, and further entered into, it shall not knowingly enter into any lower tier agrees to take such action as the contracting agency may direct covered transaction with a person who is debarred,suspended, as a means of enforcing such requirements.2 CFR 200.327. 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. X.CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY g.The prospective first tier participant further agrees by EXCLUSION submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility This provision is applicable to all Federal-aid construction and Voluntary Exclusion-Lower Tier Covered Transactions," contracts, design-build contracts, subcontracts, lower-tier provided by the department or contracting agency,entering into subcontracts, purchase orders, lease agreements, consultant this covered transaction,without modification, in all lower tier contracts or any other covered transaction requiring FHWA covered transactions and in all solicitations for lower tier approval or that is estimated to cost $25,000 or more — as covered transactions exceeding the$25,000 threshold.2 CFR defined in 2 CFR Parts 180 and 1200.2 CFR 180.220 and 180.220 and 180.300. 1200.220. h.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered 1.instructions for Certification—First TierParticipants: transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it a.By signing and submitting this proposal,the prospective knows that the certification is erroneous. 2 CFR 180.300; first tier participant is providing the certification set out below. 180.320,and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise b.The inability of a person to provide the certification set out ineligible to participate in covered transactions.2 CFR 180.335. below will not necessarily result in denial of participation in this To verify the eligibility of its principals,as well as the eligibility covered transaction.The prospective first tier participant shall of any lower tier prospective participants,each participant may, submit an explanation of why it cannot provide the certification but is not required to,check the System for Award Management set out below.The certification or explanation will be considered website(ht !twww.sam.c; vi).2 CFR 180.300, 180.320,and in connection with the department or agency's determination 180.325. whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an i. Nothing contained in the foregoing shall be construed to explanation shall disqualify such a person from participation in require the establishment of a system of records in order to this transaction.2 CFR 180.320. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c.The certification in this clause is a material representation is not required to exceed that which is normally possessed by of fact upon which reliance was placed when the contracting a prudent person in the ordinary course of business dealings. agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered j.Except for transactions authorized under paragraph (f)of an erroneous certification, in addition to other remedies these instructions, if a participant in a covered transaction available to the Federal Government, the contracting agency knowingly enters into a lower tier covered transaction with a may terminate this transaction for cause of default. 2 CFR person who is suspended, debarred, ineligible, or voluntarily 180.325. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the d.The prospective first tier participant shall provide department or agency may terminate this transaction for cause immediate written notice to the contracting agency to whom or default. 2 CFR 180.325. 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. Agreement 1300-41 2.Certification Regarding Debarment, Suspension, this transaction originated may pursue available remedies, Ineligibility and Voluntary Exclusion — First netIncluding suspension and/or debarment. Participants: c.The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is a.The prospective first tier participant certifies to the best of its knowledge and belief,that it and its principals: submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed (1) Are not presently debarred,suspended,proposed for circumstances. 2 CFR 180.365. debarment, declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal d.The terms "covered transaction,' "debarred," department or agency,2 CFR 180.335;. "suspended," "ineligible,' "participant," 'person,' "principal," and"voluntarily excluded,"as used in this clause, are defined (2) Have not within a three-year period preceding this in 2 CFR Parts 180,Subpart I,180.900—180.1020,and 1200. You may contact the person to which this proposal is submitted proposal been convicted of or had a civil judgment rendered for assistance in obtaining a copy of those regulations. 'First against them for commission of fraud or a criminal offense in Tier Covered Transactions"refers to any covered transaction connection with obtaining,attempting to obtain,or performing a public(Federal,State,or local)transaction or contract under between a recipient or subrecipient of Federal funds arid a participant(such as the prime or general contract).'Lower Tier a public transaction; violation of Federal or State antitrust Covered Transactions"refers to any covered transaction under statutes or commission of embezzlement, theft, forgery, a First Tier Covered Transaction(such as subcontracts).'First bribery, falsification or destruction of records, making false Tier Participant'refers to the participant who has entered into a statements,or receiving stolen property,2 CFR 180.800; covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). "Lower Tier (3) Are not presently indicted for or otherwise criminally or Participant" refers any participant who has entered into a civilly charged by a governmental entity (Federal, State or covered transaction with a First Tier Participant or other Lower local)with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and Tier Participants(such as subcontractors and suppliers). 180.800;and e.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered (4) Have not within a three-year period preceding this transaction be entered into,it shall not knowingly enter into any application/proposal had one or more public transactions lower tier covered transaction with a person who is debarred, (Federal,State or local)terminated for cause or default.2 CFR 180.335(d). suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by (5)Are not a corporation that has been convicted of a felony the department or agency with which this transaction originated.2 CFR 1200.220 and 1200.332. violation under any Federal law within the two,year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements);and f.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility (6)Are not a corporation with any unpaid Federal tax liability that has been assessed,for which all judicial and administrative and Voluntary Exclusion-Lower Tier Covered Transaction," without modification,in all lower tier covered transactions and remedies have been exhausted,or have lapsed,and that is not in all solicitations for lower tier covered transactions exceeding being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability(USDOT the$25,000 threshold.2 CFR 180.220 and 1200.220. Order 4200.6 implementing appropriations act requirements). g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered b. Where the prospective participant is unable to certify to transaction that is not debarred, suspended, ineligible, or any of the statements in this certification, such prospective voluntarily excluded from the covered transaction, unless it participant should attach an explanation to this proposal.2 CFR 180.335 and 180.340. 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 3.Instructions for Certification-Lower Tier Participants: participant may, but is not required to, check the System for ww. (Applicable to all subcontracts, purchase orders, and other Award Management website(lilips://w sam.aovi),which is compiled by the General Services Administration. 2 CFR lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 180.300,180.320,180.330,and 180.335. 1200). 2 CFR 180.220 and 1200.220. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render a.By signing and submitting this proposal, the prospective in good faith the certification required by this clause. The lower tier participant is providing the certification set out below, knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction in the ordinary course of business dealings. was entered into. If it is later determined that the prospective i.Except for transactions authorized under paragraph e of lower tier participant knowingly rendered an erroneous these instructions, if a participant in a covered transaction certification, in addition to other remedies available to the Federal Government,the department,or agency with which knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily Agreement 1300-42 excluded from participation in this transaction,in addition to other cooperative agreement, the undersigned shall complete and remedies available to the Federal Government,the department submit Standard Form-LLL, "Disclosure Form to Report , or agency with which this transaction originated may pursue Lobbying"in accordance with its instructions. available remedies, including suspension and/or debarment. 2 CFR 180.325. 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 4.Certification Regarding Debarment, Suspension, U.S.C. 1352. Any person who fails to file the required Ineligibility and Voluntary Exclusion--Lower Tier certification shall be subject to a civil penalty of not less than Participants: $10,000 and not more than$100,000 for each such failure. a.The prospective lower tier participant certifies, by 3.The prospective participant also agrees by submitting its submission of this proposal,that neither it nor its principals: bid or proposal that the participant shall require that the language of this certification be included in all lower tier (1)is presently debarred, suspended, proposed for subcontracts, which exceed $100,000 and that all such debarment,declared ineligible,or voluntarily excluded from recipients shall certify and discloseaccordingly. participating in covered transactions by any Federal department or agency,2 CFR 180.355; XII. USE OF UNITED STATES-FLAG VESSELS: (2)is a corporation that has been convicted of a felony violation under any Federal law within the two-year period This provision is applicable to all Federal-aid construction preceding this proposal(USDOT Order 4200.6 implementing contracts, design-build contracts, subcontracts, lower-tier appropriations act requirements);and subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. (3)is a corporation with any unpaid Federal tax liability that has been assessed,for which all judicial and administrative This requirement applies to material or equipment that is remedies have been exhausted, or have lapsed, and that is acquired for a specific Federal-aid highway project.46 CFR not being paid in a timely manner pursuant to an agreement 381.7. It is not applicable to goods or materials that come into with the authority responsible for collecting the tax liability, inventories independent of an FHWA funded-contract. (USDOT Order 4200.6 implementing appropriations act requirements) When oceanic shipments(or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific b.Where the prospective lower tier participant is unable to Federal-aid construction project,the bidder,proposer,contractor, certify to any of the statements in this certification, such subcontractor,or vendor agrees: prospective participant should attach an explanation to this proposal. 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 XI. CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates FUNDS FOR LOBBYING for United States-flag commercial vessels.46 CFR 381.7. This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for contracts and to all related subcontracts which exceed shipments originating within the United States or within 30 $100,000. 49 CFR Part 20,App.A. 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 1.The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section knowledge and belief,that: to both the Contracting Officer(through the prime contractor in the case of subcontractor bills-of-lading)and to the Office of a.No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift (MAR-620), Maritime paid, by or on behalf of the undersigned, to any person for Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or onboard, dated, with rates and charges. These bills of lading employee of Congress, or an employee of a Member of may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Congress in connection with the awarding of any Federal contract, the making of any Federal grant,the making of any Intermediary on behalf of the contractor).46 CFR 381.7. 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 Agreement 130043 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 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 forwork which is,or reasonably may be,done as on-site work. Agreement 1300-44 Bond No.108051457 Premium Amount:$1,635.00 SECTION 1310 FM .1 UL PE• 0• • CE BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of Cathedral City, a municipal corporation, hereinafter designated the City, has, on awarded to Granite Construction Company,hereinafter designated as the Principal,a Contract for Bid No.B24-60E,CIP NO.8751, DE' L • I Project NO.HSIPL-5430(035),V• ' ER RO• I SAFETY PROVEMENTS,and REAS, said Principal is required under the terms of said Con . t to furnish a bond for the faithful performance of said Contract: NOW, REFORE,we,the Principal,and Travelers Casualty and Surety Company of America,as Surety,are held and firmly bound unto the City in the just and full amount of($743.000.00)lawful money of the United States,for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, ad ...strators, and successors,jointly and severally,firmly by these presents. CO 11 ITION OF THIS OBLIGATION IS SUCH, that if said ' cipal, his or its heirs, executors, administrators,successors,or assigns,shall in all things s • d to and abide by,and well and truly keep and fai Ily perform the covenants,conditions,and agreements in the said contract and any alterations made as therein provided, on his or their part to be kept and performed, at the time and in the II: er therein specified, and in all respects according to their true intent and meaning,and shall indemnify and save h• ess,the City,its officers and agents as therein stipulated,then this obligation shall become null and void;otherwise it shall be and remain in full force and virtue. It is acknowledged that the Contract provides for one-year guarantee period,during which time this bond remains in full force and effort. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall,in any way,affect its obligations on this bond,and it does hereby waive notice of any such change, extension of time, alteration, or addition to the t of the Contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. T I ' • i iER OF IS PAGE I NTION LY LEFT B • K Faithful Performance Bond 1310-1 IN WITNESS WHEREOF,the Principal and Surety have executed this instrument under their seals this 25th day of September . 20 2024 Le name and corporate seal of each corporate party being hereto affixed and these presents duly site by its undersigned representative, pursuant to T4.0$1 f its governing body. 4%, .414 lin* r '4* *, n „.-14* *** nite Construction Company 1". Principal 4 Zr, ,e0 e #0, Signature yPrincipal Joseph P.Richardson,Regional Chief Estimator Title of Silo tory Travelers Casualty and Surety Company of • erica Surety (Seal) 2, 2 Signature for Surety Isabel Barron,Attorney In Fact Title of Signatory 1 Tower Square Hartford,CT 06183 Address of Surety 860-277-8170 Phone#of Surety Jen Moore Contact Person For Surety Faithful Performance Bond 1310-2 A notary public or other officer completing this certificate verifies only the identity of the individual , C • LID ET who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Santa Cruz On September 25, 2024 before me, Mariella Rubio,Notary Public (insert name and title of the officer) personally appeared_ Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIELLA RUBIO —;,117„ 14y P COMM.ullfc California 2-4'i° 65 Santa Cruz County r-n- I 't-Ift" MjConm.F . Ju11142O26f Signature (Seal) Mariella Rubio,Notary Public Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS i St Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the'Companies'),and that the Companies do hereby make,constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. ive-r4.qt ',„.5.1T Alio.6 4,ne eN ,e‘ rumor°, t owerfa \mini 1. t State of Connecticut By:. ‘46( City of Hartford ss. Robert L.RaneySenior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. ctr:;) /Ad My Commission expires the 30th day of June,2026 N. Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signaturs and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 25th day of September 2024 4pssiairfr 0,4P" imarasniA HARTFORD, 1 eordatt \coati -2,4 MIK 49 ,d I' dit "fe--• Kevin E.Hughes,Ass tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attomey(s)-In-Fact and the details of the bond to which this Power of Attorney is attached. Premium Included In Performance Bond Bond No.108051457 SECTION 1320 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of Cathedral City, a municipal corporation, hereinafter designated the City, has, on ,awarded to Granite Construction Company hereinafter designated as the Principal,a Contract for Bid No.B24-60E,CIP NO.8751,FEDERAL AID Project NO.HSIPL-5430(035),VARNER ROAD SAFETY IMPROVEMENTS,and WHEREAS,said Principal is required to furnish a bond in connection and with said Contract,providing that if said Principal,or any of it or its subcontractors shall fail to pay for any materials,provisions,or other supplies used in,upon,for,or about the performance of the work contracted to be done,or for any work or labor done thereon of any kind,the Surety of this bond will pay the same to the extent hereinafter set forth: NOW,THEREFORE,we,the Principal,and Travelers Casualty and Surety Company of America,as Surety,are held and firmly bound unto the City in the just and full amount of$743.00000 executors,administrators,and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators,successors,or assigns,shall fail to pay for any materials,provisions,or other supplies used in,upon, for,or about the performance of the work contracted to be done,or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor,or for any amounts due,or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor,then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth,and also will pay in case suit is brought upon this bond,such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons,companies,and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall,in any way,affect its obligations of this bond,and it does hereby waive notice of any change,extension of time, alteration,or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK Payment Bond 1320-1 IN WITNESS EREOF,the Principal and Surety have executed this ins ent under their seals this 25th day of September 20 24 ,the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its goyg ing body. 00"1 ..04;f1P 41:f * , Principal r (Seal 401 z • 4.0% Signature f Principal 'f-oritiettil- • Joseph P. Richardson, Regional Chief Estimator Title of sbn atory Travelers Casualty and Surety Company of America Surety (Seal) Si0sature for Surety Isabel Barron Attorney In Fact Title of Siyi atory 1 Tower Square Hartford,CT 06183 Address of Surety 860-277-8170 Phone#of Surety Jen Moore Contact Person For Surety Payment Bond 1320-2 A notary public or other officer completing this certificate verifies only the identity of the individual AC • LE I T who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Santa Cruz On September 25,2024 before me, Mariella Rubio,Notary Public (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIELLA RUBIO COMM.#2410765 z w o a Notary Public California z Santa Cruz County rf. M Comm Eviresguly,14 20261 Signature (Seal) Mariella Rubio,Notary Public Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS wm . St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. Q + 8ARTFORL1 1413) % CxkkL i<Q Y' .t 0 -0R Yff State of Connecticut By: x City of Hartford ss. Robert L.Rene , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. waroof My Commission expires the 30th day of June,2026 * t tove t p �� Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more:Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal **hall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. • I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 25th day of September 2024 ,}�4;may 3 a 4t y ++ . HARTFORD, W... Kevin E.Hughes,Assr tent Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-800-422-3880. Please refer to the above-named Attomey(s)In-Fact and the details of the bond to which this Power of Attorney is attached. SECTION 1330 WO' RS'COMPENSATION INS ' • CE CERT CATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before co encing the performance of the work of this contract." j 6$ 14 - ILIA 6440s ze.1 / Signature ‘3C Tooe„ keg«komAL r CST1 Title ToT4L if .0 Z 62 Date Workers'Compensation Insurance 1330-1 SECTION 1340 LIABILITY • I INS ' 'CE • Q I' I NTS 1.0 INDE I IFICATION Contractor shall defend, indemnify and hold harmless the City,City Council and each member thereof,and every officer,employee and agent of City,from any claim,demand,damage,liability, loss,cost or expense (including,without limitation,attorney's fees and costs)arising from any intentional,reckless,negligent,or otherwise wrongful acts,errors or omissions of the Contractor,or any of the Contractor" employees,or any of its subcontractors arising out of work under this Contract. The City does not,and shall not,waive any rights that it may have against Contractor,any of the Contractor's employees, or any of its subcontractors under this Section because of the acceptance by the City, or the deposit with the City, of any insurance policy or certificate required pursuant to this Contract. The hold harmless,indemnification and duty to defend provisions of this Section shall apply regardless of whether or not said insurance policies are determined to be applicable to the claim,demand,damage,liability,loss,cost or expense described herein. The City will not be liable for any accident, loss,or damage to the work prior to its completion and acceptance. 2.0 INS ' CE REQU l NTS 2.1 General After award of Contract,the Contractor shall promptly obtain,at its own expense,all the insurance required by Paray .ph 1340-2.0,INS ' CE " •UIREMENTS,and shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor.Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. 2.2 Commercial General Liability Policy The Contractor shall take out and maintain during the life of the Contract, a Commercial General Liability Policy, on an occurrence basis, with a minimum limit of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage for any one occurrence and a Two Million Dollar($2,000,000)annual project aggregate,for all of the following: a. Premises Operations,including Explosion,Collapse and Underground(X,C,and U)Coverage. b. Completed Operations/Products,including X,C,and U Coverage. c. Independent Contractors. d. Blanket Contractual. e. Deductible shall not exceed One Thousand Dollars($1,000). Liability&Insurance Requirements 1340-1 2.3 Commercial Business Auto Policy The Contractor shall take out and maintain during the life of this Contract a Commercial Business Auto Policy,on an occurrence basis,with a minimum amount of not less than One Million Dollars($1,000,000) combined single limit for bodily injury and property damage,providing at least all of the following coverage: a. Coverage shall be applicable to any and all leased, owned, hired, or non-owned vehicles used in pursuit of any of the activities associated with this Contract. b. Any and all mobile equipment, including cranes, which is not covered under said Commercial Business Auto Policy shall have said coverage provided for under the Commercial General Liability Policy. c. Deductible shall not exceed One Thousand Dollars($1,000). 2.4 Workers'Compensation Insurance The Contractor shall take out and maintain during the life of the Contract, Worker's Compensation and Employers'Liability insurance providing coverage for any and all employees of Contractor: a. The required policy shall provide coverage for Workers'Compensation(Coverage A). b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employers' Liability (Coverage B). 2.5 Endorsements All of the following endorsements are required to be made a part of the policies described in this Section hereof: a. "The City,City employees and officers,the City Engineer,its consultants,elected officials,agents, and sub-consultants are hereby added as additional insured insofar as Work done under this Contract is concerned." b. "This policy shall be considered primary insurance as respects any other valid and collectible insurance, including self-insured retention,the City may possess,and any other insurance the City does possess shall be considered excess insurance only." c. "This insurance shall act for each insured, and additional insured, as though a separate policy had been written for each. This, however,will not act to increase the limit of liability of the insuring company. d. "Thirty(30) days prior written notice of cancellation shall be given to the City. Such notice shall be sent to: Kevin Biersack,Financial Services Director City of Cathedral City 68-700 Avenida Lalo Guerrero Cathedral City,CA 92234 2.6 Chance in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph 1340-2.6.d, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. Liability&Insurance Requirements 1340-2