SECTION A

BIDDING REQUIREMENTS

SNOWDROP ROAD PROJECT

FOR

Assessment District 2018-1 UNINCOPORATED RANCHO CUCAMONGA, CALIFORNIA

PROJECT NO.: 30.30.0009

COST CENTER: 1050003600 Project # 30.30.0009

BID PROPOSAL PROJECT: SNOWDROP ROAD PROJECT LOCATION: Haven Avenue westward along Snowdrop Road and Santina Drive, connecting to Archibald Avenue at the northern terminus of the City of Rancho Cucamonga, County of San Bernardino, State of California OWNER: COUNTY OF SAN BERNARDINO BID OPENING DATE: June 26, 2019 @ 3:00 PM MANDATORY PRE-BID MEETING DATE: June 5, 2019 @ 10:00 AM BID OPENING LOCATION: SPECIAL DISTRICTS DEPARTMENT, 222 HOSPITALITY LANE, SECOND FLOOR SAN BERNARDINO, CA, 92415-0450

County of San Bernardino (“County”) In compliance with the Bid Documents, the undersigned has carefully examined the drawings and other documents on file with the Clerk of the Board, for the Snowdrop Road Project in the unincorporated area of Rancho Cucamonga, California, and fully understands the scope and meaning of the bid documents and has attended the Mandatory pre-bid meeting. The undersigned has also examined the site of the proposed work and is familiar with the local conditions at the place where the work is to be done.

ITEMIZED BID SHEET In the blanks provided, fill in the unit prices at which you propose to accomplish the work including all labor, materials, tools, apparatus, facilities, transportation, equipment, methods and procedures necessary to fully complete the work. Prices are inclusive of all applicable taxes, fees, bonds, insurance and required compensation pursuant to the laws of the State of California and the County of San Bernardino.

When discrepancies occur between words and figures, the words shall govern. When discrepancies occur between itemized bid and total bid, the detailed item shall govern. In the case of a discrepancy between the written bid or numerical bid set forth on the bid proposal, and the numerical bid set forth in the ePro system, the information on the bid proposal shall prevail. Bidders are advised that they must include a proportional amount of overhead, profit, etc. within these bid amounts.

CONTRACTOR: ______

BID PROPOSAL 5/2018 - 1 - Project # 30.30.0009

ITEMIZED BID PROPOSAL ITEMIZED BID SCHEDULE: TOTAL ITEM DESCRIPTION QTY UNIT UNIT COST EXTENSION 1 Mobilization, Demobilization and Cleanup 1 LS 2 Traffic Control Plan Preparation & Implementation 1 LS 3 Dust Control and Water Supply 1 LS 4 SWPPP Preparation & Implementation 1 LS 5 Pre-Construction Video Log 1 LS 6 Pre-Construction Potholing 1 LS 7 Clearing & Grubbing 1 LS 8 Hydroseed Graded Slopes 1 LS Roadway & slope Grading, Compaction, Import (Cut 9 1 LS 17,300 CY; Fill 17,500 CY) Over Excavation Undocument Fill (Sta. 61+50 to 10 2,750 CY 66+00, 2.5' to 7.5' depth, use 5' ave. ) 11 Pulverize EX. AC, Grade, Shape and Compact 102,600 SF 12 0.33' Asphalt Pavement 7,800 TONS 13 0.5' Class 2 Agg. Base (add 2" from pulverize) 5,900 CY 14 6' Concrete Cross-Gutter per Co. Std. 119 600 SF 15 6" AC Dike 1,700 LF 16 6" Traversable Dike 10,400 LF 17 Arizona Crossing per Detail 2,200 SF 18 Placement of 0.3' AC Driveway Over Native 13,200 SF 19 AC Overside Drain per Caltrans Std. 4 EA 20 Retaining Wall H<6' (Include Footing) 600 SF 21 Retaining Wall H<12' (Include Footing) 6,800 SF 22 Retaining Wall H<18' (Include Footing) 5,800 SF 23 Wall Drain SPPWC Std, 617-3 1 ES 24 V Gutter Behind Wall per SPPWC Std. 617-3 1,200 LF 25 Metal Guard Rail Caltrans Std. A77A2 3,100 LF 26 Concrete Collar 12 EA 27 Headwall per SBC Std. 209 15 EA

(1) Quantities when called out are estimated and are for the purpose of comparing bids only. Payment will be based upon actual quantities furnished, installed or constructed in accordance with the Contract Documents.

BID PROPOSAL 5/2018 - 2 - Project # 30.30.0009

TOTAL ITEM DESCRIPTION QTY UNIT UNIT COST EXTENSION 28 Rip Rap Dissipator 10 EA 29 Drainage Inlet Type G5 2 EA 30 3' Wide Interceptor Drain 2,600 LF 31 3' Wide Down Drain 220 LF 32 Concrete Splash Wall 220 LF 33 Concrete Down Drain Outlet 8 EA 34 1/4 ton Rip Rap Energy Disspator 8 EA 35 Concrete Drop Inlet at 60" Pipe Inlet 4 EA 36 24" HDPE 90 LF 37 36" HDPE 620 LF 38 42" HDPE 60 LF 39 48" HDPE 160 LF 40 60" HDPE 300 LF 41 Drainage Structure w/ 3/4 Ton Rip Rap 1,350 CY 42 10' x1.1' No. 2 Backing Slope Protection 280 CY 43 Concrete Headwall Caltrans Std. D90 1 EA 44 Remove Headwall Structure 9 EA 45 Remove Storm Drain 370 LF 46 Remove Exist. AC Berm 1,980 LF 47 Relocate Existing 2-Rail PVC Fence 1,900 LF 48 Relocate K-Rail to Shoulder 500 LF 49 Relocate Power Pole 2 EA 50 Relocate Fire Hydrant 2 EA 51 Relocate Air Valve 1 EA 52 Relocate Blow Off 2 EA 53 Relocate Water Meter 2 EA 54 Adjust Water Valve to Grade 24 EA 55 Waterline Relocation at Storm Drain Crossing 5 EA 56 Signing, Striping & Pavement Markers 1 LS 57 Construction Site Grading Monitoring 1 LS 58 Temporary Fencing for Sensitive Vegetation 1 LS TOTAL BASE BID $

BID PROPOSAL 5/2018 - 3 - Project # 30.30.0009

The undersigned hereby agrees to furnish all materials, labor, tools, equipment, apparatus, facilities, and transportation necessary to complete all work in strict conformity with the drawings and specifications, and to execute the contract to the satisfaction of the County, at the following cost(s):

Total Base Bid of Items 1-58……………………$______

$______(Dollars)

The above-mentioned TOTAL BASE BID includes applicable California state sales tax, bonds, fees, insurance and all other costs required to perform all the work described in the project drawings and specifications.

The quantities listed in the Itemized Bid Proposal are only an estimate for each of the items. The actual quantities encountered may be different and compensation will be based on the unit prices established above. In case of discrepancies between the “Unit Cost” and the “Total Extension”, the “Unit Cost” shall prevail.

The lowest bid shall be the lowest bid price on the TOTAL BASE BID. If awarded, the contract shall be awarded to the lowest responsive, responsible bidder.

BID PROPOSAL 5/2018 - 4 - Project # 30.30.0009

INFORMATION ABOUT BIDDER

Failure to complete all information may render your bid non-responsive. [**Indicate not applicable (“N/A”) where appropriate.**]

NOTE: Where Bidder is a joint venture, pages shall be duplicated and information provided for all parties to the joint venture.

1.0 Name of Bidder: ______

2.0 Type, if Entity: ______

3.0 Bidder Address: ______

______

______

______Facsimile Number Telephone Number

4.0 How many years has Bidder’s organization been in business as a Contractor? ______

5.0 How many years has Bidder’s organization been in business under its present name? ______

5.1 Under what other or former names has Bidder’s organization operated?:______

6.0 What type of work does the Bidder normally perform with its own forces?

______

______

7.0 Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why:

______

______

BID PROPOSAL 5/2018 - 5 - Project # 30.30.0009

LIST OF SIMILAR COMPLETED PROJECTS - LAST FIVE YEARS In order to be deemed responsive, the bidder must list, below, at least three road installation and drainage improvement projects that it has completed over the last five years.

Cost of Description of Period of Bidder’s Contact Name/ Project Client Bidder’s Work Performance Work Phone Number

BID PROPOSAL 5/2018 - 6 - Project # 30.30.0009

BID DEPOSIT There is enclosed herewith, a certified check or surety bond in the amount of ten percent (10%) of the TOTAL BASE BID made payable to the County. The undersigned agrees that in the event of the failure by the undersigned to execute the necessary contract and furnish the required contract bonds and insurance, the certified check or surety bond and the money payable thereon shall be, and remain, the property of County. If the bid is accompanied by a certified or cashier's check, the check shall be deposited by County, and a County warrant for the full amount shall be issued to the undersigned within sixty (60) days from the time the Contract award is made by the County.

If the bid is submitted through the County Electronic Procurement Network (ePro) then scan the bid security (bid bond) and submit the scanned copy with your bid submittal in ePro, additionally, mail or submit the original bid security, in a separate sealed envelope labeled “Bid Bond” with the title of the work and the name of the bidder clearly marked on the outside, to: Special Districts Department, 222 Hospitality Lane, Second Floor, San Bernardino, California, 92415-0450. Any mailed or submitted bid security must be received on or before the time set for the opening of the bids.

TIME If the proposal is accepted, the undersigned agrees to execute the required agreement and furnish complete insurance certificates with all endorsements along with the returned signed agreements within ten (10) calendar days of the County providing the Contract to bidder. The undersigned agrees to supply the required bonds within ten (10) calendar days from the date of the execution of the Contract.

TIME OF COMPLETION The undersigned agrees to complete the Work in TWO HUNDRED AND SEVENTY-TWO (272) CALENDAR DAYS after the "Notice to Proceed" is issued by the County. Refer to Bid Package for additional information and completion schedule requirements.

LIQUIDATED DAMAGES Pursuant to the provisions of Government Code section 53069.85 and in the event that all the Work called for in this Contract is not completed within the number of calendar days set forth, Contractor shall forfeit and pay to the County the sum of $2,000 per calendar day for each calendar day the work remains incomplete. The sum shall be deducted from any payments due or to become due to Contractor or if that sum is insufficient will be paid by Contractor to County (See General Conditions).

REJECTION OF BIDS The undersigned agrees that the County reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid not affected by law, if to do so seems to best serve the public interest.

VALIDITY OF BIDS The undersigned agrees that this bid will remain valid for sixty (60) days after the bid opening.

BID PROPOSAL 5/2018 - 7 - Project # 30.30.0009

STATE LICENSES The undersigned hereby certifies that it is currently the holder of a valid Class ‘A’ (General Engineering) contractor’s license as a contractor in the State of California and that the license is the correct class of license for the work described in the project drawings and specifications. The undersigned also certifies that all subcontractor(s) listed under the Designation of Subcontractors section of the Bid Proposal are currently the holder of a valid contractor’s license(s) in the State of California and the license is the correct class of license for the work to be performed by the subcontractor(s).

INSURANCE The undersigned agrees to furnish certified copies of all insurance policies and endorsements; all certificates of comprehensive, general and auto liability insurance; Workers' Compensation insurance; and such other insurance that will protect undersigned and County from claims for damages and personal injury, including death, which may arise from operations under the contract, whether such operation be by the undersigned or by any subcontractor of the undersigned, or anyone directly or indirectly employed by the undersigned or any subcontractor of the undersigned in accordance with the General Conditions. The undersigned agrees to provide the Certificates of Insurance and Endorsements to County at the time Contractor executes the contract. All policies (excluding Workers' Compensation) shall name the County of San Bernardino as additional insureds. All coverage shall be subject to approval by the County for adequacy of protection.

BONDS AND CONTRACT The undersigned agrees to execute the required standard contract and to furnish the County with a satisfactory labor and material bond and faithful performance bond, each bond in an amount equal to 100% of the Contract Sum. The bonds shall be secured from a surety company, or surety companies, satisfactory to the County within ten (10) calendar days of the contract award and shall be on County approved bond forms.

DEPOSIT SECURITIES Contractor may upon written request, and at their expense and after approval by the County, deposit substitute securities as described in Public Contract Code section 22300, in lieu of retention monies withheld to insure performance.

FORMER COUNTY OFFICIALS Contractor agrees to provide or has already provided information on former County of San Bernardino administrative officials (as defined below) who are employed by or represent Contractor. The information provided includes a list of former county administrative officials who terminated county employment within the last five years and who are now officers, principals, partners, associates or members of the business. The information also includes the employment with or representation of contractor. For purposes of this provision, “county administrative official” is defined as a member of the Board of Supervisors or such officer’s staff, Chief Executive Officer or member of such officer’s staff, county department or group head, assistant department or group head, or any employee in the Exempt Group, Management Unit or Safety Management Unit.

BID PROPOSAL 5/2018 - 8 - Project # 30.30.0009

INACCURACIES OR MISREPRESENTATIONS If during the course of the administration of this agreement the County determines that the Contractor has made a material misstatement or misrepresentation or that materially inaccurate information has been provided to the County, this Contract may be immediately terminated. If this contract is terminated according to this provision, the County is entitled to pursue any available legal remedies.

VISITING THE SITE The undersigned has thoroughly examined the drawings, specifications and signed addenda (if any), has visited the site and is thoroughly familiar with the contents and all of the conditions thereof.

DESIGNATION OF SUBCONTRACTORS In compliance with the provisions of Section 4100-4108 of the Public Contract Code of the State of California, and any amendments thereof, the undersigned shall list on the designated form, the name, location of the place of business, the California contractor license number and the Department of Industrial Relations registration number of each proposed subcontractor who will perform work or labor or render services to the principal Contractor in an amount greater than one-half of one percent (.5%) of the total bid; and shall state the portions of the Work which will be done by each such subcontractor.

If the undersigned fails to specify a subcontractor for any work to be performed under the contract, the undersigned agrees to perform the work and shall not be permitted to subcontract that work except in cases of public emergency, and then only after written finding as public record by the Board of Supervisors for the County of San Bernardino.

The undersigned certificates that all subcontractor(s) listed are currently the holder of valid contractor’s license(s) in the state of California and the license(s) is the correct class of license for the work to be performed by the subcontractor(s).

The undersigned certifies that it and all subcontractor(s) listed have registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The undersigned agrees that no contractor or subcontractor may be awarded a contract for public work or perform work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The undersigned acknowledges that the project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

As required by Labor Code section 1771.1(a) “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.”

BID PROPOSAL 5/2018 - 9 - Project # 30.30.0009

Where a hearing is required for a decision on the substitution of subcontractors, pursuant to the provisions of Chapter 4, Part 1, Division 2, of the Public Contract Code, (commencing with Section 4100-4108) by the awarding authority, or a duly appointed hearing officer, the Director of Special Districts or his/her designee, shall prepare and certify a statement of costs incurred by the County for investigation, and to conduct the hearing, including the costs of any hearing officer and shorthand reporter appointed. For the purposes of a hearing for the substitution of subcontractors (pursuant to the Public Contract Code commencing with Section 4100) the awarding authority shall be the Director of the Special Districts Department, or his/her designee.

The statement of costs shall be sent to the undersigned, who shall reimburse the County for all costs. If not paid separately, such reimbursement shall be deducted from monies due and owing to the undersigned prior to acceptance of the project.

ADDENDA: If any addendums are issued during the bid solicitation period, bidder shall be responsible for ensuring that they have received all addenda issued for the Project. The submittal of a bid shall be deemed to be based on the Bid Documents, as modified and/or clarified by any and all addenda.

DECLARATION The undersigned has submitted with the bid proposal a non-collusion declaration, signed under penalty of perjury. The undersigned agrees to furnish the County non-collusion declarations for subcontractors signed under penalty of perjury, and states that this is a genuine proposal and is neither collusive nor made in the interest of any other person, and has not induced anyone to submit a sham bid or refrain from bidding.

The undersigned acknowledges it has registered with the ePro system prior to the date and time to receive sealed bids or it will be disqualified.

The undersigned declares: that the only person or parties interested in this proposal as principles are those named herein; that this bid is made without any connection with any other person or persons making a bid for the same work, except for another division of the undersigned which may submit an independent bid; that the bid is in all respects fair and without collusion or fraud; that the undersigned has read the Advertisement for Bids and the Instructions to Bidders and agrees to all the stipulations contained therein; that the undersigned has examined the form of Contract (including the specifications, drawings, and other documents incorporated therein by reference); that in the event this bid as submitted, including the incorporated bidding documents, be accepted by the County, the undersigned shall execute a Contract to perform the work as outlined herein.

If undersigned is a corporation, proposal must be signed by an authorized officer of the corporation.

If the bid proposal is submitted through ePro the undersigned acknowledges that its electronic signature is legally binding.

Check one: ( ) Sole Proprietor ( ) Partnership ( ) Corporation ( ) Other

BID PROPOSAL 5/2018 - 10 - Project # 30.30.0009

Name of Bidder: ______

Address: ______

Phone:(_____) ______Fax No.: ( )

Contractor’s License No.: ______Primary Class ______

Expiration Date of Contractor’s License______DIR Registration #______

Federal Employee ID No.: ______E-mail Address: ______

1. Attached is the required bid security in the amount of not less than 10% of the Total Bid Price. 2. Attached is the fully executed Non-Collusion Declaration form. 3. Attached is the completed Designation of Subcontractors form. 4. Attached is the completed Iran Contracting Act Certification.

I hereby certify under penalty of perjury under the laws of the State of California, that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Authorized Signature: ______Title: ______

Print Name: ______Date: ______

BID PROPOSAL 5/2018 - 11 - ADVERTISEMENT FOR BIDS FOR SNOWDROP ROAD PROJECT

Notice is hereby given that the Special Districts Department (Department), on behalf of the Board of Supervisors for the County of San Bernardino (County), will receive sealed bids for the SNOWDROP ROAD PROJECT on or before June 26, 2019 at 3:00 PM at the Department at 222 W. Hospitality Lane, 2nd Floor, San Bernardino, California, 92415-0450, at which time the bids will be publicly opened. Bids received after this time will be returned unopened. Bids shall be valid for 60 calendar days after the bid opening date.

SCOPE OF WORK: Contractor shall provide all labor, equipment, materials, and transportation necessary to complete the Project that includes improvement of approximately 2.1 miles of roadway and associated drainage structures as shown on the Bid Documents, including the Plans and Specifications.

Bids can be submitted through the County Electronic Procurement Network (ePro) at https://epro.sbcounty.gov/epro/ or in person at the Department. All bidders must register with the ePro system prior to the date and time to receive sealed bids or they will be disqualified.

A Mandatory pre-bid meeting will start at 10:00 AM on June 5, 2019 at the Project site nearest 4879 Haven Ave., Rancho Cucamonga, CA 91737. BIDS SUBMITTED BY FIRMS NOT ATTENDING THE MANDATORY PRE-BID MEETING WILL BE REJECTED AS NONRESPONSIVE.

Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following classification of contractor’s license, for the work bid upon, and must maintain the license throughout the duration of the contract: Class ‘A’ License. In order to be deemed responsive, the bidder must list, in the bid forms, at least three road installation and drainage improvement projects that it has completed over the last five years.

The Bid Documents, including final Plans and Specifications, are available at no cost to the bidder from the County’s ePro Website at https://epro.sbcounty.gov/epro/.

This Project is subject to California Prevailing Wage requirements. Copies of the prevailing wage rates are on file at the Department and shall be made available to any interested party on request. Copies are also included in the Bid Documents. A copy of these rates shall be posted by the successful bidder at the job site.

Bids must be accompanied by cash, a certified or cashier’s check, or a bid bond in favor of the County in an amount not less than ten percent (10%) of the submitted total bid price.

The successful bidder will be required to furnish the County with a Performance Bond and a Payment Bond, each equal to 100% of the successful bid, prior to execution of the contract. All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.

Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by the County to ensure its performance under the Contract.

The County shall award the Contract for the Project to the lowest responsible bidder as determined from the base bid by the County. The County reserves the right to reject any or all bids, to waive technical errors, discrepancies or informalities of a bid not affected by law, if to do so seems to best serve the public interest.

5/2018 Project # 30.30.0009

INSTRUCTIONS TO BIDDERS SNOWDROP ROAD PROJECT

1. FORM AND PREPARATION OF BID PROPOSAL AND SIGNATURE A. The bid proposal shall be submitted on the properly completed forms attached hereto and shall be enclosed in a sealed envelope marked and addressed as hereinafter directed. Bids can also be submitted through the County of San Bernardino Electronic Procurement Network (ePro) https://epro.sbcounty.gov/epro/. All bidders must register with the ePro system prior to the date and time to receive sealed bids or they will be disqualified. System-related issues or procurement questions in ePro shall be directed to the Purchasing Department at (909) 387-2060.

The Opening Bid date is June 26, 2019 at 3:00 PM.

A Mandatory pre-bid meeting will start at 10:00 AM on June 5, 2019 at the Project site nearest 4879 Haven Ave., Rancho Cucamonga, CA 91737. BIDS SUBMITTED BY FIRMS WHO HAVE NOT ATTENDED THE PRE-BID MEETING WILL BE REJECTED.

The individual attending the mandatory pre-bid meeting must comply with the following: - Sign the individual’s name on the official sign in sheet at the beginning of the meeting; - Write the name and address of the company the individual represents; and - Only one company may be shown as being represented by the individual attending.

The Owner of this Project is the County of San Bernardino, hereinafter referred to as “County”. The Project is administrated by the Special Districts Department, herein after referred to as “District”.

The Construction estimate is $4,225,080.

No bid may be withdrawn for sixty (60) days following the bid opening.

For information regarding this Project, contact the Project Manager, Erin Opliger, at (909) 386-8822. DO NOT CONTACT THE DESIGN CONSULTANT. All technical questions may be submitted to the Project Manager in ePro, via e-mail and in writing. No questions will be answered within 72 hours of the bid opening. Should any of the questions require changes to the plans, specifications or requirements, an addendum will be issued to clarify those changes. Bidders shall be responsible for ensuring that they have received all addendums issued by the District and the submittal of a bid shall be deemed to be based on the Bid Documents, as modified and/or clarified by any and all addenda.

Instruction to Bidders 5/2018 Page 1 Project # 30.30.0009

B. Bid proposals must be submitted on the forms prepared and furnished for that purpose and which may be obtained on ePro or at the Special Districts Department located at 222 W Hospitality Lane, 2nd Floor, San Bernardino, CA 92415 (909-386-8822). All blank spaces in the bid proposal and bid sheet(s) shall be properly filled. The phraseology of the bid proposal must not be changed and no additions shall be made to the items mentioned therein. Unauthorized conditions, limitations, or provisions attached to a bid proposal will render it unresponsive and may cause its rejection. Alterations by erasure or interlineations must be explained or noted in the bid proposal over the signature of the bidder. Alternative bid proposals will not be considered unless specifically provided for in the bid sheet(s).

C. In the event of a discrepancy between the unit price and the total amount bid for an item work, the unit price bid will be considered correct and the total amount will be corrected to conform to the unit price. In the case of a discrepancy between the written bid or numerical bid set forth on the bid proposal, and the numerical bid set forth in the ePro system, the information on the bid proposal shall prevail.

D. If the bid proposal is made by an individual, it shall be signed with a full name and address; if it is made by a firm, it shall be signed with the partnership name by a member of the firm, who shall also sign their own name, and the name and address of each member shall be given; and if it is made by a corporation, the name of the corporation shall be signed by its duly authorized officer(s). If a bid proposal is a joint venture, it shall be signed by a member of the joint venture and the full names and addresses of all partners of the joint venture shall be given.

E. All of the Work is to be done under contract to include the plans, specifications, and contract documents prepared for the SNOWDROP ROAD PROJECT. Specifically, specifications entitled: “ASSESSMENT DISTRICT 2018-1, SNOWDROP ROAD PROJECT.”

F. Each bid shall be in accordance with the plans, specifications, and other bid documents, copies of which may be obtained at the Special Districts Department, Telephone No. (909) 386-8822. There is a non-refundable cost of $20.00 per Electronic CD. Plans and specifications will be mailed upon request if accompanied by check or money order and bidder's FED-X account number. The plans, specifications, and other bid documents are also available at no cost to the bidder in ePro.

2. ADDRESS AND MARKING OF HARD COPY SUBMISSIONS. INCLUDING BID PROPOSAL A. The envelope enclosing the bid proposal shall be sealed and addressed to: Special Districts Department County of San Bernardino 222 Hospitality Lane, 2nd Floor San Bernardino, CA 92415-0450

Instruction to Bidders 5/2018 Page 2

Project # 30.30.0009

B. The envelope shall be plainly marked with the name and address of the bidder in the upper left hand corner and labeled “Sealed Bids: SNOWDROP ROAD PROJECT.”

C. Bids can also be submitted through the County of San Bernardino Electronic Procurement Network (ePro) https:epro.sbcounty.gov/epro/. However, hard copy documents that require separate submission will be delivered to the Special Districts Department prior to date and time set for the bid opening.

3. SUBMITTING THE BID PROPOSAL A. Bid proposals submitted after the time set forth for receiving bid proposals at the place so named herein will returned unopened. It is the sole responsibility of the bidder to submit the bid proposal in accordance with all of the provisions contained herein.

B. Bid proposals may be withdrawn upon the written request of the bidder prior to the time set forth for receiving and opening bid proposals without forfeiture of the bid security and/or bond. If a bid is submitted through ePro, then the bid may also be withdrawn in ePro prior to the scheduled time for receipt of bids. Bid proposals withdrawn after bid opening will cause the forfeiture of said bond and/or security as damages.

C. Bids will be opened at the time set for the opening of bids in the published Advertisement for Bids or as revised in an addendum. All bids submitted to the Special Districts Department in sealed envelopes will be opened and read. All bids submitted in the ePro system will be opened from the system’s “encrypted lock box” and read. The bid summary sheet referencing both paper bids and ePro bids will be available through ePro and/or the Special Districts Department for all bidders to view.

D. Bidders and their representatives are invited to be present at the opening. The County reserves the right to reject any or all bids, and to waive technical errors, discrepancies or informalities of a bid not affected by law, if to do so is in the best interest of the County.

E. Submitting via ePro – Once the contractor is registered in ePro and logged into the project for which contractor is submitting a bid on, contractor can enter the quote in the “Quote Tab” and then click Save and Continue. Contractor then must acknowledge and click yes on the terms and conditions in the “Terms and Conditions” tab. To submit and send the bid, contractor needs to access the “Summary Tab”, scroll to the bottom of the page and then click the “Submit Quote” button prior to date/time set for bid opening. Failure to complete all tabs may result in the bid not being submitted electronically. If contractor has any questions, they may contact the County’s Project Manager to get further directions.

Instruction to Bidders 5/2018 Page 3

Project # 30.30.0009

4. BID BOND OR CHECK The bid must be accompanied by a certified or cashier’s check or bidder’s bond issued by a surety company acceptable to the County, for not less than ten percent (10%) of the amount of the TOTAL BASE BID, made payable to the order of the County, given as a guarantee the bidder will secure the requisite insurance and bonds and enter into contract within ten (10) calendar days after being requested to do so by the County. If the bid is submitted to the Special Districts Department, the bid security shall be enclosed in the sealed and marked envelope along with the bid proposal. If the bid is submitted through the County of San Bernardino Electronic Procurement Network (ePro) then scan the bid security (bid bond/check) and submit the scanned copy with your bid submittal in ePro, additionally, mail or submit the original bid security, in a separate sealed envelope labeled “Bid Bond” with the title of the work and the name of the bidder clearly marked on the outside to: Special Districts Department, 222 Hospitality Lane, Second Floor, San Bernardino, California, 92415-0450. Any mailed or submitted bid security must be received on or before the time set for the opening of the bids.

Within sixty (60) calendar days after the award of the Contract, the County will return to each bidder the bid proposal security submitted with the bid proposal in the form of cash, cashier’s check or certified check, except such security that may have been forfeited in accordance with the provisions stated herein. Bid bonds will be returned within sixty (60) calendar days after the award of the Contract, upon bidder’s written request to the County, except such bid bonds which may have been forfeited in accordance with the provisions stated herein.

5. REGISTRATION OF CONTRACTORS All bidders shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California and possess a California Class ‘A’ contractor’s license at the time of the scheduled bid opening.

6. LIST OF SUBCONTRACTORS FILED WITH BID AND REGISTERED CONTRACTORS/SUBCONTRACTORS In accordance with the provisions of Section 4100 through 4113 inclusive of the Public Contract Code of the State of California, each bidder shall submit with their bid proposal the name, location of place of business, and California contractor’s license number of each proposed subcontractor who will perform work or labor or render service to the principal Contractor in an amount in excess of ½ of one percent (.5%) of the principal Contractor’s bid, and shall state the portions of the work which will be done by each such subcontractor.

Contractor and all listed subcontractor(s) must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. Contractor agrees that no contractor or subcontractor may be awarded a contract for public work or perform work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

Instruction to Bidders 5/2018 Page 4

Project # 30.30.0009

7. LOWEST RESPONSIVE, RESPONSIBLE BIDDER

The contract shall be awarded to the lowest responsive, responsible bidder based upon the BASE BID. In order to be deemed “responsive,” for this Project, bidders must have completed at least three road installation and drainage improvement projects within the last five years and provide this comparable project information in the Bid Proposal.

8. INTERPRETATION OF DRAWINGS AND SPECIFICATIONS If any bidder is in doubt as to the true meaning of any requirements of drawings or specifications, or finds any discrepancies in, or omissions from the drawings or specifications, the bidder may submit to the engineer a written request for an interpretation or correction thereof. The written request must be received at least seven (7) calendar days prior to the date fixed for opening of bids. The person making the request will be responsible for its prompt delivery. Interpretations or corrections will be made only by addenda to specifications or by dated revisions or drawings with a copy of each addition or change being furnished through the County to each prospective bidder. Only a written interpretation or correction by Addendum shall be binding.

Bidders shall examine all the bid documents, including the drawings, perform their own estimates for the proposed work, taking into account local conditions, uncertainty of weather, and all laws, ordinances, rules and regulations of any federal, state, County, municipal or other governmental agency that has jurisdiction over the work. The more stringent requirement shall always prevail.

9. LOCAL AND SITE CONDITIONS A. Bidders shall read the specifications, examine the drawings and the bid documents, and make their own estimates of the existing conditions and the difficulties that will attend the execution of the work called for by the proposed contract, including uncertainty of weather and other contingencies prior to submitting bid proposals for the work.

B. Bidders shall satisfy themselves by personal examination of the location of the proposed work and by such means as they may choose as to actual conditions, limitations and requirements that may affect the execution of the work and as to the accuracy of the quantities stated in the Bid Sheet(s). The submission of a bid proposal shall be conclusive evidence that the Bidder has investigated the Project site and is aware and acknowledges the conditions to be encountered.

Information derived from the maps, plans, specifications, profiles, drawings or from the Engineer or the Engineer’s assistants shall not relieve the bidder of this responsibility.

Instruction to Bidders 5/2018 Page 5

Project # 30.30.0009

C. The failure or omission of any bidder to receive or examine any form, instrument, addendum or other document, or failure to visit and to be acquainted with the conditions at the proposed project site, shall in no respect relieve the bidder from any obligation imposed by the bid or by the contract. The submittal of a bid shall be taken as prima facie evidence of compliance with all instruction contained herein. Any or all addendums issued during the bid process must be submitted with the bid document or the bidder will be disqualified.

D. The quantities of work or material stated in the unit price items of the Bid Sheet(s) are supplied only to give an indication of the general scope of work; the County does not expressly or by implication agree that the actual amount of work or material will correspond therewith but reserves the right to increase or decrease the amount of any unit price item or to omit portions of such work as may be deemed necessary or expedient by the Engineer without a change in the unit price.

E. Bidders shall not at any time after the submittal of a bid make or have any claim for damages or anticipated profits or loss of profit or otherwise because of any difference between the quantities of work actually done and material furnished and those stated in said unit price items of the Bid Sheet(s).

10. GEOLOGIC AND SOILS CONDITIONS It shall be the bidder’s responsibility to make all examinations, borings, and the field studies necessary for required excavation and embankment construction operations and to fully determine all cost factors related thereto which shall be included in the bid price for the work. The submittal of a bid will be accepted as prima facie evidence that in compliance herewith the bidder accurately and fully informed itself of all geological and soil conditions that will influence the cost of performing the work and that due consideration of all such factors was taken prior to making the bid.

The Contractor shall promptly notify the County, in writing, if any subsurface or latent physical conditions are encountered at the site differing from those indicated, if material is found that the contractor believes may be hazardous waste, or if unknown physical conditions are encountered of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this contract.

11. EXECUTION OF CONTRACT AND BONDS The successful bidder shall execute a written contract with the County in the form attached hereto and shall secure the payment of Workers’ Compensation and the successful bidder shall also furnish a certificate of insurance evidencing the contractor has the required insurance at the time contractor executes the agreement, and approved bonds as required in the following paragraphs, all in accordance with the provisions hereof within ten (10) calendar days or such additional time as may be allowed by the Engineer from the date of the mailing of a notice from the County to the bidder according to the address given, of the

Instruction to Bidders 5/2018 Page 6

Project # 30.30.0009

acceptance of the bid proposal. If a bidder to whom award is made fails or refuses to enter into Contract as herein provided, or to conform to any of the stipulated requirements in connection therewith, the money represented by the cashier’s check or Bidder’s Bond shall become the property of the County as provided in Section 4, hereof, the award will be annulled and at the discretion of the County, the contract may be awarded to the next lowest qualified bidder. Such bidders shall fulfill every stipulation embraced herein as if the parties to whom the first award was made. A corporation to which an award is made may be required before the contract is finally executed to furnish evidence of its corporate existence, of its right to do business in California and of the authority of the officer signing the contract and bonds for the corporation.

A. The successful bidder shall furnish a bond with a responsible corporate surety or corporate sureties authorized to do business in California conditioned upon the faithful performance of the said bidder of all covenants and stipulations in the contract. Said bond, hereinafter referred to as the Faithful Performance Bond, shall be in the form approved by the County and shall not be less than one hundred percent (100%) of the total amount of the Contract Sum named in the contract.

B. The bidder to whom the contract is awarded shall also furnish a Labor and Material Payment Bond, approved by the County, in accordance with the provisions of Civil Code Sections 8150-8154 inclusive, and Sections 9550- 9566 inclusive. Said labor and material bond shall not be less than one hundred percent (100%) of the total amount of the Contract Sum named in the contract.

C. The surety on all bonds furnished must be satisfactory to the County. The party required to furnish bonds pursuant to these instructions shall furnish such bonds at their own cost and expense. The County may reject any bond if the surety’s acknowledgment is not in the form included in the Contract documents.

D. Permits – The Contractor shall secure at his own expense, all permits and/or licenses necessary for the prosecution of the contract work, except for any permits and/or licenses that have been secured and paid for by the County. The Contractor shall obtain and pay for all licenses required by cities, County of San Bernardino, State or Federal laws. The Contractor shall also be liable for any expense, of any kind, associated with any permit or license for any expense, of any kind, associated with any permit or license, including those obtained by the County, in excess of payments made by County prior to Contract Award.

The Contractor shall comply with the applicable requirements of all necessary permits and/or licenses, all at no additional cost to the County. Any inspection and/or testing fees required in connection with any governing permit and/or license shall be responsibility of the contractor, at no additional cost to the County.

Instruction to Bidders 5/2018 Page 7

Project # 30.30.0009

12. RESERVED

13. INDEMNIFICATION, INSURANCE Any reference to District in this Section 13 refers to County Service Area 70. The Contractor agrees to and shall comply with the following indemnification and insurance requirements:

A. Indemnification: The Contractor agrees to indemnify, defend (with counsel reasonably approved by County) and hold harmless, the County, the District and their authorized officers, agents, employees and volunteers (Indemnitees) from any and all claims, actions, losses, damages and/or liability arising out of this contract from any cause whatsoever, including the acts, errors or omissions of any person and for any costs or expenses incurred by the Indemnitees on account of any claim, except where such indemnification is prohibited by law. This indemnification provision shall apply regardless of the existence or degree of fault of the Indemnitees. The Contractor’s indemnification obligation applies to the Indemnitees “passive” negligence but does not apply to the Indemnitees “sole” or “active” negligence or “willful misconduct” within the meaning of Civil Code Section 2782.

B. Insurance: The Contractor agrees to furnish certified copies of all insurance policies and endorsements; all certificates of comprehensive, general and auto liability insurance; Workers' Compensation insurance; builder’s risk insurance; and such other insurance that will protect it from claims for damages and personal injury, including death, which may arise from operations under the contract, whether such operation be by the Contractor or by any subcontractor of the Contractor, or anyone directly or indirectly employed by the Contractor or any subcontractor of the Contractor in accordance with Section 11.2 of the General Conditions and the Construction Contract. The Contractor agrees to provide the Special Districts Department with Certificates of Insurance evidencing the required insurance coverage at the time Contractor executes the contract with the County. All policies (excluding Workers' Compensation) shall name the County of San Bernardino, the District, and their officers, employees, agents and volunteers as additional insureds. All coverages shall be subject to approval by the County and District for adequacy of protection.

14. PREVAILING WAGES Bidders are hereby notified that this Project is subject to state prevailing wage laws. The prime Contractor and all subcontractors are required to pay their laborers and mechanics employed under this Contract, a wage not less than the wage applicable for their work classification, as specified in the wage guidelines. The County has obtained the general prevailing rate of per diem wages in accordance with the law to be paid for the construction of the above Project. The schedules have been obtained from the Director of the California Department of Industrial Relations (DIR), and reference is hereby made to copies thereof on file with the Special District Department at 222 Hospitality Lane, 2nd Floor, Street,

Instruction to Bidders 5/2018 Page 8

Project # 30.30.0009

San Bernardino. CA 92415-0450, which said copies are available to any interested party upon request and included in these bid documents. Further, a copy shall be posted at each job site during the course of construction. Contractor shall be registered with the DIR at time of bid submission and shall indicate its registration number as well as the registration number for all of its subcontractors that will be working on the project. Contractor acknowledges that the project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. As required by Labor Code section 1771.1(a) “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.”

15. NON-COLLUSION DECLARATION The County requires all bidders to execute a Non-collusion Declaration in the form attached hereto. The County also reserves the right to require that the principal Contractor shall, before awarding any subcontract, secure from the proposed subcontractor(s) a Non-collusion Declaration in the form also attached.

16. SCHEDULE Prior to signing the Construction Contract, the Contractor shall submit on a form acceptable to the County and representative of an overall construction schedule for the work. The construction start date will begin when the "Notice to Proceed" is issued and the completion date will be 272 calendar days after the "Notice to Proceed" is issued by the Special Districts Department.

17. ASSIGNMENT OF CONTRACT AND SUBSTITUTION OF SUBCONTRACTORS No assignment by the Contractor of any Contract, or any part thereof, to be entered into in accordance with the Bid Documents and these Instruction to Bidders, or of funds to be received thereunder, will be recognized by the awarding authority unless such assignment has had the prior written approval of the awarding authority and the surety has had notice of such assignment in writing and has given written consent thereto.

No contractor shall substitute any person as a subcontractor in place of the subcontractor designated in the original bid; or permit any such subcontract to be assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the bid; or sublet or subcontract any portion of the work in excess of one-half of one percent (0.5%) of the contractor’s total bid in

Instruction to Bidders 5/2018 Page 9

Project # 30.30.0009

which the original bid did not designate a subcontractor; except as provided by Section 4100 et. seq. of the Public Contract Code of the State of California.

18. RESERVED

19. PAYMENTS Payments will be made as outlined in the General Conditions. The Contractor must sign and submit the Affidavit of Completion prior to the Notice of Completion being recorded and retention paid. Progress payments shall be made no more than once every thirty (30) calendar days, nor shall the amount paid be in excess of ninety-five percent (95%) of the total contract at the time of completion. At the request and expense of the successful Bidder, the County will substitute securities for the amount so retained in accordance with Public Contract Code Section 22300. Final payment shall be processed sixty (60) calendar days after the filing of the Notice of Completion. In addition, all payments shall be approved by the Division Engineer for the Special Districts Department.

20. TIME LIMITS OF WORK The contract work shall be completed within 272 calendar days after the Notice to Proceed. In case all the work called for under the Contract is not finished or completed within the number of calendar days as set forth in the bid proposal, the Contractor shall forfeit to the County a specified sum of money, to be deducted from any payments due to the Contractor. The sum of money shall be $2,000 per calendar day in excess of the Contract Time as Liquidated Damages per Sections 3.2.3 of the Contract and 8.5 of the General Conditions.

21. GOVERNING DOCUMENTS Where a conflict of requirements exists between the various conditions of these documents, the more restrictive of the requirements shall apply.

22. EXPLANATION OF BID ITEMS The monies to be paid for the various items of work included in the Bid Sheet(s) shall constitute the total obligation of the County as described in the Contract Documents, with the exception of costs specifically delegated to the County by the Contract Documents and no additional compensation will be allowed therefore.

23. SUBCONTRACTOR ELIGIBILITY 23.1 Ineligible Subcontractors – Pursuant to the provisions of Section 1777.1 of the California Labor Code, the Labor Commissioner publishes and distributes a list of contractors’ ineligible to perform work as a subcontractor on a public works project. This list of debarred contractors is available from the DIR website at http://www.dir.ca.gov/dlse/debar.html. Any contract entered into between a contractor and a debarred contractor subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the County. The Contractor shall be responsible for the payment of

Instruction to Bidders 5/2018 Page 10

Project # 30.30.0009

wages to workers of a debarred subcontractor who has been allowed to work on the project.

24. BID PROTEST Any Bidder submitting a Bid to the County for this Project may file a protest of the County’s proposed award of a construction contract for this Project, provided that each and all of the following are complied with:

1. The bid protest is in writing. 2. The bid protest is submitted to and received by the Special Districts Department, 222 Hospitality Lane, Second Floor, San Bernardino, CA, 92415- 0450 before 4:00p.m. of the third business day following the bid opening. Failure to timely submit a written protest shall constitute grounds for the County’s denial of the bid protest without consideration of the grounds stated in the bid protest and a waiver of the right to protest. Untimely protests will not be accepted or considered. 3. The written bid protest shall set forth, in detail, all grounds for the bid protest (including without limitation all facts, supporting documentation, legal authorities and argument in support of the grounds for the bid protest), the form of relief required and the legal basis for such relief. Any grounds not set forth in the bid protest shall be deemed waived. All factual contentions must be supported by competent, admissible and credible evidence. The bid protests shall include the name of the project manager and the name and number of the bid Project. Any bid protest not conforming to the foregoing shall be rejected as invalid.

If a valid protest is timely filed and complies with the above requirements, the Department shall review and evaluate the bid protest. All bidders, including the protesting bidder, shall have three business days to respond to the Department and to provide any information requested by the Department. The Department shall respond to the protesting bidder and state the Department’s findings regarding the bid protest. The Department Director’s decision shall be final, unless overturned by the Board of Supervisors for the County of San Bernardino.

Instruction to Bidders 5/2018 Page 11

For information contact Erin Opliger at (909) 386-8822 or email ([email protected]). By order of the Board of Supervisors for the County of San Bernardino, dated May 21, 2019 at San Bernardino, California.

______Greg Bacon, Interim Division Manager Special Districts Department

Published in the: ______

5/2018 BID BOND The makers of this bond are, ______, as Principal, and______, as Surety and are held and firmly bound unto the County of San Bernardino, hereinafter called the County, in the penal sum of TEN PERCENT (10%) OF THE TOTAL BID PRICE of the Principal submitted to County for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated ______, 20 __, for

(INSERT PROJECT NAME). If the Principal does not withdraw its bid within the time specified in the Contract Documents; and if bid is rejected or, in the alternate, the Principal is awarded the Contract, signs the Contract and provides all documents to the County as required by the Contract Documents; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect and upon default of the Principal shall be forfeited to the County, it being expressly understood and agreed that the liability of the Surety for any and all default of the Principal shall be the amount of this obligation as herein stated, as liquidated damages. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents shall affect its obligation under this bond, and Surety does hereby waive notice of any such changes. IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this _ day of ______, 20___, the name and corporate seal of each corporation. (Corporate Seal) Contractor/ Principal By Title

(Corporate Seal) Surety By Attorney-in-Fact (Attach Attorney-in-Fact Certificate) Title NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

I am the ______of ______, the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ______[date], at ______[city], ______[state].

______(Signature) ______(Print Name) ______(Print Title) ______(Date)

END OF NON-COLLUSION DECLARATION

LIST OF SUBCONTRACTORS FORM

In compliance with the Subletting and Subcontracting Fair Practices Act of the Public Contract Code of the State of California, each bidder shall set forth below: (a) the name, contractor’s license number and the location of the place of business of and (b) the portion of the work which will be done by each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work in an amount in excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price. Notwithstanding the foregoing, if the work involves streets and highways, then the Contractor shall list each subcontractor who will perform work or labor or render service to Contractor in or about the work in an amount in excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price or $10,000, whichever is greater. The County may, within its sole discretion, grant additional time to provide the below requested information.

If no subcontractor is specified for a portion of the Work, or if more than one subcontractor is specified for the same portion of Work, to be performed under the Contract in excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price or $10,000, whichever is greater, or if the work involves streets or highways, then the Contractor shall be deemed to have agreed that it is fully qualified to perform that Work, and that it shall perform that portion itself.

Location of License DIR Portion of Work Subcontractor Business Number Registration No.

Location of License DIR Portion of Work Subcontractor Business Number Registration No.

Location of License DIR Portion of Work Subcontractor Business Number Registration No.

Name of Bidder

Signature

Name and Title

Dated

END OF LIST OF SUBCONTRACTORS FORM

IRAN CONTRACTING ACT CERTIFICATION

(Public Contract Code section 2200 et seq.)

As required by California Public Contract Code section 2204, the Contractor certifies subject to penalty for perjury that the option checked below relating to the Contractor’s status in regard to the Iran Contracting Act of 2010 (Public Contract Code section 2200 et seq.) is true and correct:

 The Contractor is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran.  County has exempted the Contractor from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, County will be unable to obtain the goods and/or services to be provided pursuant to the Contract.  The amount of the Contract payable to the Contractor for the Work does not exceed $1,000,000.

Signed______

Titled______

Firm______

Date______

Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract Price, termination of the Contract and/or ineligibility to bid on contracts for three years.

END OF IRAN CONTRACTING ACT CERTIFICATION SECTION B

CONTRACT AGREEMENT & BONDS

SNOWDROP ROAD PROJECT

FOR

Assessment District 2018-1 UNINCOPORATED RANCHO CUCAMONGA, CALIFORNIA

PROJECT NO.: 30.30.0009

COST CENTER: 1050003600 Contract Number

SAP Number

County Special Districts

Department Contract Representative Telephone Number

Contractor Contractor Representative Telephone Number Contract Term Original Contract Amount Amendment Amount Total Contract Amount Cost Center

IT IS HEREBY AGREED AS FOLLOWS:

CONSTRUCTION AGREEMENT

This Construction Agreement (“Agreement” or “Contract”) is made effective this ______, 2019 (“Agreement Date”) by and between the County of San Bernardino (“County”) and ______(“Contractor”) for the construction of the ______(“Project”).

ARTICLE I

CONTRACT DOCUMENTS AND INTERPRETATION

1.1 DEFINITIONS

The meanings of all capitalized terms used in the Contract Documents and not otherwise defined herein are contained in the General Conditions. If not defined in the General Conditions, they shall have the meaning assigned to them elsewhere in the Contract Documents. If not defined in the General Conditions or elsewhere, they shall have the meanings reasonably understood to apply to them by the context of the portion of the Contract Documents where such terms are used.

Standard Contract Page 1 of 14 1.2 CONTRACT DOCUMENTS

The “Contract Documents” except for modifications issued after execution of this Agreement, consist of the following documents, all of which are either attached hereto as exhibits or are incorporated herein by this reference:

1.2.1 Advertisement For Bids (Project No. ______), dated ______.

1.2.2 Bidder’s Proposal, dated ______.

1.2.3 General Conditions

1.2.4 Performance Bond

1.2.5 Labor and Material Bond

1.2.6 Special Conditions

1.2.7 Bid documents entitled “______”.

1.2.8 Specifications, entitled “______”.

1.2.9 Drawings, entitled “______”.

1.2.10 Addendum No. 1, dated ______.

1.2.11 Addendum No. 2, dated ______.

1.2.12 Certified copy of the record of action of the Board of Supervisors, County of San Bernardino.

1.3 ENTIRE AGREEMENT

The Contract Documents represent the entire and integrated agreement between County and Contractor, all other representations or statements, whether verbal or written, are merged herein. The Agreement may be amended only by written modification. The San Bernardino County Board of Supervisors, or its authorized designee, must approve any amendment to this Agreement.

ARTICLE II

THE WORK 2.1 SCOPE OF WORK

2.1.1 Contractor will furnish all materials, labor, tools, equipment, apparatus, facilities, transportation, construction, landscaping, clean-up, and all other construction services of any type necessary to complete all Work in strict conformity with the Contract Documents. Except with regard to any material to be provided and/or installed by County, Contractor shall fully commission and turn over a complete operational and fully functional Project to County. Without limiting the generality of this Section, Contractor shall provide the following Work and services:

a. Contractor shall provide, install and complete as specified and pay for all labor, materials and equipment, tools, supplies, construction equipment and machinery, construction, start-up and testing, utilities, transportation, and other facilities and services (including any temporary materials, equipment, supplies and facilities) necessary for the proper execution and completion of the complete, operational, and fully functional Project, including the permanent interconnection for electricity, natural gas, water supply, and any other utilities

Revised 5/2018 Page 2 of 14 and demonstration of fully satisfactory operation of all systems and equipment. The County will pay connection fees directly to the utilities for all permanent water and electrical connections.

b. Contractor shall supervise and direct the Work, and shall furnish the services of all supervisors, forepersons, skilled and unskilled labor, and all other personnel necessary to the complete, operational, and fully functional Project. Contractor shall provide, manage and organize such personnel as necessary to complete the Work in accordance with all requirements of the Contract Documents.

c. Contractor shall obtain, at Contractor’s expense, all governmental and private approvals, permits and licenses, required to complete the Work; provided, however, County will be responsible for paying the cost of all County imposed fees necessary for the Project. Contractor shall construct a complete, operational, and fully functional Project in full compliance with all Applicable Laws, codes and standards (both public and private), including but not limited to, the standards included and warranties expressed in the Contract Documents and manufacturer’s recommendations pertaining to individual items of equipment or systems.

2.2 STANDARD OF PERFORMANCE

In addition to and without limiting Contractor’s other obligations under the Contract Documents, Contractor shall at all times in its performance of its obligations under the Contract Documents conform to the following general standards of performance:

2.2.1 Comply with the requirements of the Contract Documents;

2.2.2 Comply with Applicable Laws;

2.2.3 Conform to the standard of care applicable to those who provide construction of the type called for by this Agreement for projects of a scope and complexity that is comparable to the Project;

2.2.4 Furnish efficient business administration of the Work, utilizing senior level management and other qualified personnel to manage the Work; and

2.2.5 Apply its best and highest skill and attention to completing the Work in an expeditious and economical manner, consistent with the express best interests of the County and within the limitations of the Contract Sum and Contract Time.

ARTICLE III

TIME FOR PERFORMANCE

3.1 CONTRACT TIME

The Date of Commencement of the Work shall be fixed in a Notice to Proceed issued by the County. If County’s issuance of a Notice to Proceed is delayed due to Contractor’s failure to provide insurance documents or bonds within ten (10) calendar days after the date of award of the Contract by the Board of Supervisors or Chief Executive Officer, one (1) calendar day will be deducted from the number of days to achieve Final Completion of the Work for every day of delay in County’s receipt of such documents. This right is in addition to and does not affect County’s right to demand forfeiture of Contractor’s Bid Security, or any other rights or remedies available to County if Contractor persistently delays in providing the required documentation. Contractor agrees to promptly commence the Work after the Notice to Proceed is issued by the County and to achieve Final Completion of the entire Work within 272 calendar days after the Date of Commencement (“Contract Time”). The Contract Time may be extended only by the written authorization of the County.

3.2 LIQUIDATED DAMAGES

3.2.1 County and Contractor recognize that time is of the essence in this Agreement and that the County may suffer financial loss, including but not limited to, the loss of grant funds, additional contract administration

Revised 5/2018 Page 3 of 14 expenses, and loss of public use if the Work is not completed within the Contract Time, including any extensions thereof allowed in accordance with the Contract Documents.

3.2.2 Contractor and County agree to liquidate damages with respect to Contractor’s failure to achieve Final Completion of the Work within the Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set forth in Government Code Section 53069.85. Contractor acknowledges and agrees that the liquidated damages are intended to compensate County solely for Contractor’s failure to meet the deadline for Final Completion and shall not excuse Contractor from liability from any other breach, including any failure of the Work to conform to the requirements of the Contract Documents.

3.2.3 In the event that Contractor fails to achieve Final Completion of the Work within the Contract Time, Contractor agrees to pay County $ 2,000 per day for each calendar day that Final Completion is delayed.

3.2.4 Contractor acknowledges and agrees that the foregoing liquidated damages have been set based on an evaluation by County of damages that it will incur in the event of the late completion of the Work. Contractor and County agree that because of the nature of the Project it would be impractical or extremely difficult to fix the amount of actual damages incurred by the County due to a delay in completion of the Work. Accordingly, the County and Contractor have agreed to such liquidated damages to fix Contractor’s costs and to avoid later disputes. It is understood and agreed by Contractor that any liquidated damages payable pursuant to this Agreement are not a penalty and that such amounts are not manifestly unreasonable under the circumstances existing as of the effective date of this Agreement.

3.2.5 It is further mutually agreed that County shall have the right to deduct liquidated damages against progress payments or retainage and that the County will issue a unilateral Construction Change Directive and reduce the Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the full amount of liquidated damages, Contractor shall pay the difference to County.

ARTICLE IV

CONTRACT SUM

4.1 CONTRACT SUM

4.1.1 Total Compensation. County shall pay the Contractor, and Contractor agrees to accept, in current funds for the Contractor’s complete performance of the Work in accordance with the Contract Documents the Contract Sum of:

BASE BID……………………………………………………………………………..$______

4.1.2 All Inclusive Price. The Contract Sum, subject to additions and deductions, is the total amount payable by County to Contractor for performance of the Work under the Contract Documents and is deemed to cover all costs arising out of or related to the performance of the Work, including, without limitation, the effects of natural elements upon the Work, unforeseen difficulties or obstructions affecting the performance of the Work (including, without limitation, unforeseen conditions at the Site that do not constitute Differing Site Conditions) and fluctuations in market conditions and price escalations (whether occurring locally, nationally or internationally) from any cause, including, without limitation, causes beyond the control or foreseeability of the Contractor.

4.2 RETENTION

Payment shall not be made more often than once each thirty (30) days, nor shall amount paid be in excess of ninety-five percent (95%) of the Contract Sum at time of Final Completion. Applications for Payment shall not be deemed properly completed unless certified payrolls and any other mandatory submittals have been properly completed and submitted for each week worked during the time period covered by said payment request. Final payment is to be made sixty (60) days subsequent to filing of Notice of Completion. Contractor may, upon Contractor's written request, and approved by the Board of Supervisors, at Contractor's expense, deposit

Revised 5/2018 Page 4 of 14 substitute securities, as stated in Government Code Section 16430, and as authorized by Public Contract Code 22300, in lieu of retention monies withheld to insure performance.

4.3 PAYMENT BY ELECTRONIC FUND TRANSFER

Contractor shall accept all payments from County via electronic funds transfer (EFT) directly deposited into the Contractor’s designated checking or other bank account. Contractor shall promptly comply with directions and accurately complete forms provided by County required to process EFT payments.

ARTICLE V

BONDS, INDEMNITY AND INSURANCE

5.1 BONDS

Contractor will furnish a Labor and Material Payment Bond in an amount equal to one hundred percent (100%) of the Contract Sum, and a Performance Bond in an amount equal to one hundred percent (100%) of the Contract Sum. The Bonds must comply with all requirements in the Contract Documents, be on County approved bond forms, and be secured from a surety company satisfactory to the County within ten (10) calendar days of the award of the Contract. The Bonds shall remain in full force and effect for a period of one (1) year following the date of filing of the Notice of Completion. The Performance Bond shall name the County as beneficiary under the bond.

5.2 INDEMNIFICATION

The Contractor agrees to indemnify, defend (with counsel reasonably approved by County) and hold harmless the County, the District, and their authorized officers, employees, agents, and volunteers (Indemnitees) from any and all claims, actions, losses, damages, and/or liability arising out of this Contract from any cause whatsoever, including the acts, errors or omissions of any person and for any costs or expenses incurred by the Indemnitees on account of any claim except where such indemnification is prohibited by law. This indemnification provision shall apply regardless of the existence or degree of fault of Indemnitees. The Contractor’s indemnification obligation applies to the Indemnitee’s “passive” negligence but does not apply to the Indemnitee’s “sole” or “active” negligence or “willful misconduct” within the meaning of Civil Code Section 2782.

The reference to District in this Section refers to Assessment District 2018-1, a special district in the County of San Bernardino.

5.3 INSURANCE

The Contractor agrees to provide insurance set forth in accordance with the requirements herein. If the Contractor uses existing coverage to comply with these requirements and that coverage does not meet the specified requirements, the Contractor agrees to amend, supplement or endorse the existing coverage to do so.

The reference to District in this Section refers to Assessment District 2018-1, a special district in the County of San Bernardino.

Without in anyway affecting the indemnity herein provided and in addition thereto, the Contractor shall secure and maintain throughout the contract term the following types of insurance with limits as shown:

5.3.1 Basic Insurance Requirements

a. Additional Insured

Revised 5/2018 Page 5 of 14 All policies, except for the Workers’ Compensation, Errors and Omissions and Professional Liability policies, shall contain endorsements naming the County, the District, and their officers, employees, agents and volunteers as additional insureds with respect to liabilities arising out of the performance of services hereunder. The additional insured endorsements shall not limit the scope of coverage for the District/County to vicarious liability but shall allow coverage for the District and County to the full extent provided by the policy. Such additional insured coverage shall be at least as broad as Additional Insured (Form B) endorsement form ISO, CG 2010.11 85.

b. Waiver of Subrogation Rights

The Contractor shall require the carriers of required coverages to waive all rights of subrogation against the County, District, and their officers, employees, agents, volunteers, contractors and subcontractors. All general or auto liability insurance coverage provided shall not prohibit the Contractor and Contractor’s employees or agents from waiving the right of subrogation prior to a loss or claim. The Contractor hereby waives all rights of subrogation against the County and District.

c. Policies Primary and Non-Contributory

All policies required herein are to be primary and non-contributory with any insurance or self-insurance programs carried or administered by the County and/or District.

d. Severability of Interests

The Contractor agrees to ensure that coverage provided to meet these requirements is applicable separately to each insured and there will be no cross liability exclusions that preclude coverage for suits between the Contractor and the County and/or the District or between the County and/or District and any other insured or additional insured under the policy.

e. Proof of Coverage

The Contractor shall furnish Certificates of Insurance to the County Department administering the contract evidencing the insurance coverage at the time the contract is executed, additional endorsements, as required shall be provided prior to the commencement of performance of services hereunder, which certificates shall provide that such insurance shall not be terminated or expire without thirty (30) days written notice to the Department, and Contractor shall maintain such insurance from the time Contractor commences performance of services hereunder until the completion of such services. Within fifteen (15) days of the commencement of this contract, the Contractor shall furnish a copy of the Declaration page for all applicable policies and will provide complete certified copies of the policies and endorsements immediately upon request.

f. Acceptability of Insurance Carrier

Unless otherwise approved by Risk Management, insurance shall be written by insurers authorized to do business in the State of California and with a minimum “Best” Insurance Guide rating of “A- VII”.

g. Deductibles and Self-Insured Retention

Any and all deductibles or self-insured retentions in excess of $10,000 shall be declared to and approved by Risk Management.

h. Failure to Procure Coverage

In the event that any policy of insurance required under this contract does not comply with the requirements, is not procured, or is canceled and not replaced, the County has the right but not the obligation or duty to cancel the contract or obtain insurance if it deems necessary and any premiums paid by the County will be promptly

Revised 5/2018 Page 6 of 14 reimbursed by the Contractor or County payments to the Contractor will be reduced to pay for County purchased insurance.

i. Insurance Review

Insurance requirements are subject to periodic review by the County. The Director of Risk Management or designee is authorized, but not required, to reduce, waive or suspend any insurance requirements whenever Risk Management determines that any of the required insurance is not available, is unreasonably priced, or is not needed to protect the interests of the District and/or County. In addition, if the Department of Risk Management determines that heretofore unreasonably priced or unavailable types of insurance coverage or coverage limits become reasonably priced or available, the Director of Risk Management or designee is authorized, but not required, to change the above insurance requirements to require additional types of insurance coverage or higher coverage limits, provided that any such change is reasonable in light of past claims against the District and/or County, inflation, or any other item reasonably related to the District’s and/or County’s risk.

Any change requiring additional types of insurance coverage or higher coverage limits must be made by amendment to this Contract. Contractor agrees to execute any such amendment within thirty (30) days of receipt.

Any failure, actual or alleged, on the part of the County to monitor or enforce compliance with any of the insurance and indemnification requirements will not be deemed as a waiver of any rights on the part of the District or County.

5.3.2 Insurance Specifications

[Note: Construction contracts for projects of five million ($5,000,000) and over require limits of not less than ten million ($10,000,000) in General Liability and Auto Liability. – i.e. substitute $10,000,000 for the $5,000,000 limits below.]

a. Workers’ Compensation/Employers Liability

A program of Workers’ Compensation insurance or a state-approved, self-insurance program in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including Employer’s Liability with $250,000 limits covering all persons including volunteers providing services on behalf of the Contractor and all risks to such persons under this Contract.

If Contractor has no employees, it may certify or warrant to the County that is does not currently have any employees or individuals who are defined as “employees” under the Labor Code and the requirement for Workers’ Compensation coverage will be waived by the County’s Director of Risk Management.

With respect to Contractors that are non-profit corporations organized under California or Federal law, volunteers for such entities are required to be covered by Workers’ Compensation insurance.

b. Commercial/General Liability Insurance

Revised 5/2018 Page 7 of 14 The Contractor shall carry General Liability Insurance covering all operations performed by or on behalf of the Contractor providing coverage for bodily injury and property damage with a combined single limit of not less than five million dollars ($5,000,000), per occurrence. The policy coverage shall include:

(a) Premises operations and mobile equipment. (b) Products and completed operations. (c) Broad form property damage (including completed operations). (d) Explosion, collapse and underground hazards. (e) Personal injury (f) Contractual liability. (g) $5,000,000 general aggregate limit

c. Automobile Liability Insurance

Primary insurance coverage shall be written on ISO Business Auto coverage form for all owned, hired and non- owned automobiles or symbol 1 (any auto). The policy shall have a combined single limit of not less than five million dollars ($5,000,000) for bodily injury and property damage, per occurrence.

If the Contractor is transporting one or more non-employee passengers in performance of contract services, the automobile liability policy shall have a combined single limit of five million dollars ($5,000,000) for bodily injury and property damage per occurrence.

If the Contractor owns no autos, a non-owned auto endorsement to the General Liability policy described above is acceptable.

d. Builder’s Risk

Course of Construction/Installation (Builder’s Risk) property insurance providing all risk, including theft coverage for all property and materials to be used on the project. The insurance policy shall not have any coinsurance penalty.

e. Environmental Liability Insurance

Any contract that involves the use, handling, transportation, storage, abatement, containment or testing of any substance that is potentially toxic or hazardous to the environment, including but not limited to, those listed as hazardous by the United States Department of Transportation or the CAL OSHA “Director’s list of Hazardous Substances” or listed as radioactive by the Nuclear Regulatory Commission, shall have the following additional requirements:

1. Environmental Liability Insurance with a combined single limit of not less than five million ($5,000,000) per claim or occurrence and a separate aggregate for the contract project. The required additional insured endorsement shall protect the County and District without any restrictions.

2. If insurance coverage is provided on a “claims made” policy, the “retroactive date” shall be shown and must be before the date of the start of the contract work. The claims made insurance shall be maintained or “tail” coverage provided for a minimum of five (5) years after contract completion.

f. Umbrella Liability Insurance

Revised 5/2018 Page 8 of 14 An umbrella (over primary) or excess policy may be used to comply with limits or other primary coverage requirements. When used, the umbrella policy shall apply to bodily injury/property damage, personal injury/advertising injury and shall include a “dropdown” provision providing primary coverage for any liability not covered by the primary policy. The coverage shall also apply to automobile liability.

g. Subcontractor Insurance Requirements

The Contractor agrees to require all parties or subcontractors, including architects or others it hires or contracts with related to the performance of this contract to provide insurance covering the contracted operations with the basic requirements for all contracts in Sections 5.3.1 and the insurance specifications for all contracts in 5.3.2, (including waiver of subrogation rights) and naming the County and District as additional insureds. The Contractor agrees to monitor and review all such coverage and assumes all responsibility ensuring that such coverage is provided as required here.

ARTICLE VI

CONTRACTOR’S DUTIES AND RESPONSIBILITIES

6.1 GENERAL SCOPE OF WORK

6.1.1 Contractor shall provide all materials, labor, equipment, and undertake all efforts necessary or appropriate to construct the Project in accordance with the requirements of the Contract Documents, all governmental approvals, all Applicable Law, and all other applicable safety, environmental and other requirements taking into account the constraints affecting the Project Site. Except as otherwise specifically provided in this Contract, all materials, services and efforts necessary to achieve Final Completion of the Project and elements thereof on or before the deadlines provided in the Contract Documents shall be Contractor's sole responsibility. The costs of all such materials, services and efforts are included in the Contract Sum.

6.1.2 The Contractor and all Subcontractors shall obtain any required licenses from the local jurisdiction where the Project is located (i.e. local City or County), prior to commencement of Work.

6.2 BEFORE STARTING WORK

Contractor shall submit the following to County for review and acceptance within fourteen (14) calendar days after the Date of Commencement fixed in County's Notice to Proceed, and as a condition to payment: (i) detailed Project Schedule including each deadline specified in the Contract Documents; (ii) Schedule of Submittals; (iii) material Procurement Schedule; and (iv) a Schedule of Values in accordance with the requirements of the General Conditions and other Contract Documents.

6.3 INITIAL CONFERENCE

Within ten (10) calendar days after the Date of Commencement fixed in County's Notice to Proceed, a conference attended by County and Contractor and others as appropriate will be held to establish a working understanding among the Parties as to the Work and to discuss the schedules, progress meetings, procedures for handling submittals, processing Applications for Payment, maintaining required records, coordination with Contractor Team Members, and other Project administration matters.

6.4 EVALUATION OF PRELIMINARY SUBMITTALS

At least ten (10) calendar days before submission of the first Application for Payment, a conference attended by Contractor, County and others as appropriate, will be held to review for acceptability the submittals required by the Contract Documents. No progress payment shall be made to Contractor until the required submittals are acceptable to County. The detailed Project Schedule will be acceptable to County as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on County responsibility for the sequencing, scheduling or progress of the Work nor interfere with nor relieve Contractor from Contractor's full responsibility therefore. The format and structure of the Project Schedule will be set forth in the Contract Documents and approved by County. County's

Revised 5/2018 Page 9 of 14 acceptance shall not be deemed to confirm that the schedule is a reasonable plan for performing the Work. Contractor's schedule of submittal will be acceptable to County as providing a workable arrangement for reviewing and processing the required submittals.

6.5 CONSTRUCTION

Contractor shall perform Construction in accordance with the requirements of the Contract Documents.

6.5.1 Construction shall be performed by Contractor and Subcontractors and suppliers who are selected, paid and acting in accordance with the procedures outlined in the Contract Documents.

6.5.2 The Contractor shall keep the County informed of the progress and quality of the Work in the form of periodic written reports and meetings, as determined by the County, but no less than monthly.

6.5.3 As a condition of final payment to Contractor, Contractor shall provide written certification that the Work has been constructed in accordance with the Contract Documents.

ARTICLE VII

CONTRACTOR’S REPRESENTATIONS AND WARRANTIES

In order to induce County to enter into this Agreement, Contractor makes the following representations and warranties:

7.1 Contractor has visited the Site and has reasonably examined the nature and extent of the Work, Site, locality, actual conditions, as-built conditions, and all federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Contractor and safety precautions and programs incident thereto.

7.2 Contractor has reasonably examined all reports of exploration and tests of subsurface conditions, as- built drawings, drawings or reports available for construction purposes, of physical conditions, or conditions which may be apparent at the Site and accepts the criteria set forth in these documents and the Contract Documents to the extent of the information contained in these documents upon which the Contractor is entitled to rely. Contractor agrees that except for the information so identified, Contractor does not and shall not rely on any other information contained in these documents.

7.3 After Contract award, Contractor will conduct or obtain any additional examinations, investigations, explorations, tests, reports and studies, including but not limited to geotechnical investigations that pertain to the surface and subsurface conditions, as-built conditions, underground facilities and all other physical conditions at or contiguous to the Site as Contractor considers necessary for the performance or furnishing of Work at the

Revised 5/2018 Page 10 of 14 Contract Sum, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents.

7.4 Contractor has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, test, reports and studies with the terms and conditions of the Contract Documents.

7.5 Contractor has given County prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered before Contract award in or among the Contract Documents and actual conditions and the written resolution thereof through Addenda issued by County is acceptable to Contractor.

7.6 Contractor is duly organized, existing and in good standing under applicable state law, and is duly qualified to conduct business in the State of California.

7.7 Contractor has duly authorized the execution, delivery and performance of this Agreement, the other Contract Documents and the Work to be performed herein. The Contract Documents do not violate or create a default under any instrument, agreement, order or decree binding on Contractor.

7.8 Contractor certifies that neither it nor its principals, or other key decision makers, or subcontractors is presently disbarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. See the System for Award Management (www.sam.gov). Contractor agrees that signing this Contract shall constitute signature of this Certification.

7.9 During the term of the Contract, Contractor shall not discriminate against any employee or applicant for employment 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, sexual orientation, age, or military and veteran status. Contractor shall comply with Executive Orders 11246, 11375, 11625, 12138, 12432, 12250, 13672, Title VII of the Civil Rights Act of 1964, the California Fair Housing and Employment Act and other applicable Federal, State and County laws and regulations and policies relating to equal employment and contracting opportunities, including laws and regulations hereafter enacted.

7.10 Contractor agrees to comply with the Americans with Disabilities Act of 1990, as amended (42 U.S.C. 12101 et seq.), which prohibits discrimination on the basis of disability, as well as all applicable regulations and standards issued pursuant to the Americans with Disabilities Act. Contractor will also comply with the current edition of the California Building Code (California Code of Regulations, Title 24, Part 2).

7.11 Contractor agrees to comply and certify compliance with the Drug Free Workplace Act of 1990 per Government Code Section 8350 et seq.

7.12 Contractor acknowledges it will comply with the provisions of Public Contract Code section 4100-4114 regarding subcontractors. The Contractor hereby agrees to reimburse the County for costs incurred by the awarding authority in the substitution of subcontractors. Where a hearing is held pursuant to the provisions of Chapter 4 of the Public Contract Code (commencing with Section 4100) by the awarding authority or a duly appointed hearing officer, the County shall prepare and certify a statement of all costs incurred by the County for investigation and conduct of the hearing, including the costs of any hearing officer and shorthand reporter appointed. The statement shall then be sent to the Contractor who shall reimburse the County for such costs. If not paid separately, such reimbursement may be deducted from any money due and owing to the Contractor prior to acceptance of the Work. For the purposes of a hearing for the substitution of subcontractors (pursuant to the Public Contract Code commencing with Section 4100) the awarding authority shall be the Director of the San Bernardino County Special Districts Department, or his/her designee.

7.13 The Contractor hereby agrees to comply with the State Labor Code and certifies through signature of this Contract that, in accordance with Section 3700 of the State Labor Code, Contractor is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’

Revised 5/2018 Page 11 of 14 compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance of the Work of this Contract.

7.14 The Contractor acknowledges that he will be held responsible for compliance with the provisions of Sections 1777.5 and 1776 of the State Labor Code.

7.15 Contractor shall comply with Senate Bill 854 (Chapter 28, Statutes of 2014) and Senate Bill 96 (Chapter 28, Statutes of 2017) including, but not limited to, the following requirements: (1) no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5; (2) no contractor or subcontractor may be awarded a contract for public work or perform work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5; (3) this Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations; (4) Contractor shall post job site notices regarding compliance monitoring and enforcement by the Department of Industrial Relations; and (5) Contractor must submit certified payroll at least monthly to the Labor Commissioner in a format prescribed by the Labor Commissioner.

7.16 As required by Labor Code section 1771.1(a) “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.”

7.17 Contractor shall adhere to the County’s Travel Management Policy (08-02 and 08-02SP) when travel is pursuant to this Contract and for which reimbursement is sought from the County. In addition, Contractor is encouraged to utilize local transportation services, including but not limited to, the Ontario International Airport.

ARTICLE VIII

PROJECT ACCESS, RECORD RETENTION AND AUDITS

8.1 At all times during construction of the Project, Contractor shall coordinate with the County to provide employees, subcontractors, and consultants of County reasonable unrestricted access to observe, monitor and inspect the Project. The County’s access to observe, monitor and inspect shall include the right to review all documents and files relating to the Project, as well as construction on the Site, including all tests and inspections relating to construction of the Project.

8.2 Contractor expressly acknowledges it is aware of and will comply with all record retention and audit requirements contained in the Contract Documents. These requirements include, but are not limited to, the maintenance of an Official Project File that must be preserved a minimum of five (5) years, the protection of records from fire or other damage, the maintenance of all records in accordance with generally accepted accounting principles, and the agreement that the County or its designated representative shall have the right to

Revised 5/2018 Page 12 of 14 Review, to audit, and to copy any records and supporting documentation pertaining to the performance of this Agreement.

ARTICLE IX

MISCELLANEOUS PROVISIONS

9.1 INDEPENDENT CONTRACTOR

Contractor is, and shall be, acting at all times in the performance of this Agreement as an independent Contractor. Contractor shall secure at its expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for Contractor and its officers, agents and employees and all business licenses, if any, in connection with the services to be performed hereunder.

9.2 COUNTY EMPLOYEES AND OFFICIALS

Contractor shall employ no County official nor any regular County employee in the Work performed pursuant to this Agreement. No officer or employee of County shall have any financial interest in this Agreement in violation of applicable provisions of law.

Contractor agrees to provide or has already provided information on former County of San Bernardino administrative officials (as defined below) who are employed by or represent Contractor. The information provided includes a list of former County administrative officials who terminated County employment within the last five years and who are now officers, principals, partners, associates or members of the business. The information also includes the employment with or representation of Contractor. For purposes of this provision, "County Administrative Official" is defined as a member of the Board of Supervisors or such officer staff, Chief Executive Officer or member of such officer staff, County department or group head, assistant department or group head, or any employee in the Exempt Group, Management Unit or Safety Management Unit.

9.3 INACCURACIES OR MISREPRESENTATIONS

If during the course of the administration of this agreement, the County determines that the Contractor has made a material misstatement or misrepresentation or that materially inaccurate information has been provided to the County, this contract may be immediately terminated. If this contract is terminated according to this provision, the County is entitled to pursue any available legal remedies.

9.4 IRAN CONTRACTING ACT OF 2010

(Public Contract Code sections 2200 et seq.) (Applicable for all Contracts of one million dollars ($1,000,000) or more)

In accordance with Public Contract Code section 2204(a), the Contractor certifies that at the time the Contract is signed, the Contractor signing the Contract is not identified on a list created pursuant to subdivision (b) of Public Contract Code section 2203 (http://www.dgs.ca.gov/pd/Resources/PDLegislation.aspx) as a person (as defined in Public Contract Code section 2202(e)) engaging in investment activities in Iran described in subdivision (a) of Public Contract Code section 2202.5, or as a person described in subdivision (b) of Public Contract Code section 2202.5, as applicable.

Contractors are cautioned that making a false certification may subject the Contractor to civil penalties, termination of existing contract, and ineligibility to bid on a contract for a period of three (3) years in accordance with Public Contract Code section 2205.

Revised 5/2018 Page 13 of 14

9.5 NOTICES

Any notices or special instructions required to be given in writing under this Agreement shall be given either by personal delivery to Contractor's agent (as designated by Contractor) or to County's Engineer and County Counsel as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, addressed as follows:

COUNTY CONTRACTOR

Special Districts Dept. 222 Hospitality Lane, Second Fl. San Bernardino, CA 92415-0450

ARTICLE X

The contract is delivered by , Contractor, to County for acceptance by its Board of Supervisors at San Bernardino, California, and is deemed to have been entered into at San Bernardino, California.

IN WITNESS WHEREOF, the Board of Supervisors of the County of San Bernardino has caused this Contract to be subscribed by its duly authorized officers, in its behalf, and the said party of the second part has signed this Contract.

COUNTY OF SAN BERNARDINO (Print or type name of corporation, company, contractor, etc.)

By Curt Hagman, Chairman, Board of Supervisors (Authorized signature - sign in blue ink)

Dated: Name SIGNED AND CERTIFIED THAT A COPY OF THIS (Print or type name of person signing contract) DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD Title Laura H. Welch (Print or Type) Clerk of the Board of Supervisors of the County of San Bernardino By Dated: Deputy

Address

Approved as to Legal Form Reviewed by Contract Compliance Presented to Board for Signature

Sophie A. Akins, Deputy County Counsel

Date Date Date

Revised 5/2018 Page 14 of 14 CONTRACT BOND BOND NUMBER ______

PUBLIC WORK EFFECTIVE DATE ______

PERFORMANCE BOND

KNOW ALL PERSONS BY THESE PRESENTS: That we,

______(Name of Principal)

______, as Principal (Principal’s Address) and ______(Name of Surety)

______(Surety’s Address) a corporation organized and existing under the laws of the State of ______, and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto the County of San Bernardino in the amount of ______Dollars ($______), lawful money of the United States of America, for which amount well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has entered into a contract dated ______, 20__, (the “Contract”) with the County of San Bernardino to do and perform the following work:

Project Name: Assessment District 2018-1, Snowdrop Road Project

Project #: 30.30.0009

The work to be performed by Principal is more particularly set forth in the Contract documents for the Project (hereinafter referred to as “Contract Documents”), the terms and conditions of which are expressly incorporated herein by reference.

WHEREAS the Contract Documents require Principal to perform the terms and conditions thereof, and to furnish a bond for the faithful performance of said Contract Documents.

NOW THEREFORE, the condition of this obligation is such that if the Principal, his, her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on his, her or their part to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning; and shall faithfully fulfill all obligations during the term of the Contract, and during the period of a general guarantee of all work executed under the Contract for a period expiring twelve (12) months after the date of acceptance of such work by the County of San Bernardino,

5/2018 and during the life of all guarantees provided for under the Contract that extend for a period longer than said twelve (12) month period; and shall indemnify, defend and hold harmless the County of San Bernardino and its officers, agents, and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect.

As part of the obligations secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees, incurred by the County of San Bernardino in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered.

As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good during the time periods stated herein above, during which time if Principal shall fail to make full, complete, and satisfactory repair and replacements and totally protect the County of San Bernardino from loss or damage resulting from or caused by defective materials or faulty workmanship, Surety shall undertake and faithfully fulfill all such obligations. The obligations of Surety hereunder shall continue so long as any obligation of Principal remains. Nothing herein shall limit the County of San Bernardino’s rights or the Principal or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15.

Whenever Principal shall be, and is declared by the County of San Bernardino to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the County of San Bernardino’s option:

(1) Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or

(2) Obtain a Bid or Bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible Bidder, arrange for a Contract between such Bidder, the Surety and the County of San Bernardino, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract Sum, including other costs and damages for which Surety may be liable. The term “balance of the Contract Sum” as used in this paragraph shall mean the total amount payable to Principal by the County of San Bernardino under the Contract and any modification thereto, less any amount previously paid by the County of San Bernardino to the Principal and any other set offs pursuant to the Contract Documents.

(3) Permit the County of San Bernardino to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract Sum, including other costs and damages for which Surety may be liable. The term “balance of the Contract Sum” as used in this paragraph shall mean the total amount payable to Principal by the County of San Bernardino under the Contract and any modification thereto, less any amount previously paid by the County of San Bernardino to the

5/2018 Principal and any other set offs pursuant to the Contract Documents.

Surety expressly agrees that the County of San Bernardino may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Principal.

Surety shall not utilize Principal in completing the Project nor shall Surety accept a Bid from Principal for completion of the Project if the County of San Bernardino notifies Surety of the County of San Bernardino’s objection to Principal’s further participation in the completion of the Project.

Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder 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 terms of the Contract Documents or to the Project.

This bond is deemed to have been entered into at San Bernardino, California.

IN WITNESS WHEREOF, the Principal and Surety have caused this bond to be executed this ______day of ______, 20__, by its undersigned representative(s) pursuant to authority of its governing body.

Principal (Have Signature(s) Notarized) (Seal) Name: ______By: ______Title: ______Address: ______Phone ______

Surety (Have Signature(s) Notarized and Attach Power of Attorney) (Seal) Name: ______By: ______Title: ______Address: ______

Phone ______

5/2018 CONTRACT BOND BOND NUMBER ______

PUBLIC WORK EFFECTIVE DATE ______

PAYMENT BOND (LABOR AND MATERIALS)

KNOW ALL PERSONS BY THESE PRESENTS: That we,

______(Name of Principal)

______, as Principal (Principal’s Address) and ______(Name of Surety)

______(Surety’s Address) a corporation organized and existing under the laws of the State of ______, and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto the County of San Bernardino in the amount of ______Dollars ($______), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS the Principal has entered into a contract dated ______, 20___, (the “Contract”) with the County of San Bernardino to do and perform the following work:

Project Name: Assessment District 2018-1, Snowdrop Road Project

Project #: 30.30.0009

The work to be performed by Principal is more particularly set forth in the Contract Documents for the Project (hereinafter referred to as “Contract Documents”), the terms and conditions of which are expressly incorporated herein by reference.

WHEREAS, the Contract Documents require Principal, before entering upon the performance of the work, to file a good and sufficient Payment Bond with the County of San Bernardino to secure the claims to which reference is made in Division 4, Part 6, Title 3, sections 9000 et seq. of the California Civil Code.

NOW THEREFORE, the condition of this obligation is such that if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors or assigns or subcontractors shall fail to pay any of the persons named in California Civil Code section 9100, or amounts due under the California Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the 5/2018 wages of employees of the Principal and subcontractors pursuant to section 13020 of the California Unemployment Insurance Code with respect to the work and labor, that Surety will pay for the same, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court.

This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100 so as to give a right of action to those persons or their assigns in any suit brought upon this bond.

Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect.

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 Contract Documents 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 terms of the Contract or to the work to be performed or to the Contract Documents thereunder.

This bond is deemed to have been entered into at San Bernardino, California.

IN WITNESS WHEREOF, the Principal and Surety have caused this bond to be executed this day ______of ______, 20__, by its undersigned representative(s) pursuant to authority of its governing body.

Principal (Have Signature(s) Notarized) (Seal) Name: ______By: ______Title: ______Address: ______Phone ______

Surety (Have Signature(s) Notarized and Attach Power of Attorney) (Seal) Name: ______By: ______Title: ______Address: ______Phone ______

5/2018 PROJECT NO. 30.30.0009

UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT California Civil Code section 8138

NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM.

Identifying Information

Name of Claimant: ______

Name of Customer: ______

Job Location: ______

Owner: ______

Unconditional Waiver and Release

This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for all labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. The claimant has been paid in full.

Exceptions

This document does not affect the following:

Disputed claims for extras in the amount of: $ ______

CONTRACTOR’S AFFIDAVIT AND FINAL RELEASE

PROJECT NO. 30.30.0009

Signature

Claimant's Signature: ______

Claimant's Title: ______

Date of Signature: ______

CONTRACTOR’S AFFIDAVIT AND FINAL RELEASE

SECTION C

PREVAILING WAGE RATES

SNOWDROP ROAD PROJECT

FOR

Assessment District 2018-1 UNINCOPORATED RANCHO CUCAMONGA, CALIFORNIA

PROJECT NO.: PROJECT NO.: 30.30.0009

COST CENTER: 1050003600 STATE OF CALIFORNIA Edmund G. Brown Jr., Governor DEPARTMENT OF INDUSTRIAL RELATIONS Office of the Director – Research Unit 455 Golden Gate Avenue, 9th Floor MAILING ADDRESS: P. O. Box 420603 San Francisco, CA 94102 San Francisco, CA 94142-0603

January 3, 2019

IMPORTANT NOTICE TO AWARDING BODIES AND INTERESTED PARTIES REGARDING THE PREVAILING WAGE RATES BELOW THE CALIFORNIA MINIMUM WAGE

In accordance with Labor Code Sections 1770, 1773, and 1773.1, the Director of the Department of Industrial Relations is responsible for determining the prevailing wage rates for each worker employed on public works projects of more than one thousand dollars ($1,000).

Effective January 1, 2019, the minimum wage in California will increase to $12.00 per hour. The Director’s prevailing wage determinations shall not be below the California minimum wage. Each employer is required to pay at least the California minimum wage for the basic hourly rate in all cases where the published prevailing wage rate is below the California minimum wage. Any and all employer payments required by these determinations must also be paid.

If the California minimum wage is increased in the future to an amount above that shown in a prevailing wage determination, the basic hourly rate in that determination automatically increases to

the new minimum wage.

GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: # CEMENT MASON

DETERMINATION: SC-23-203-2-2018-1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director - Research Unit for specific rates at (415) 703-4774.

LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura Counties.

Employer Payments Straight-Time Overtime Hourly Rate CLASSIFICATION Basic Health Total Sunday/ (JOURNEYPERSON) Hourly and Vacation/ Other Hourly Daily Saturdaya Holiday Rate Welfare Pension Holiday Training Payments Hours Rate 1 1/2X 1 1/2X 2X

Cement Mason, Curb and Gutter Machine Operator; Clary and Similar Type of Screed Operator (Cement only); Grinding Machine Operator (all types); Jackson Vibratory, Texas Screed and Similar Type Screed Operator; Scoring Machine Operator $35.75 8.02 9.27 6.80b 0.64 0.27 8 60.75 78.625c 78.625c 96.50

Magnesite, magnesite-terrazzo and mastic composition, Epoxy, Urethanes and exotic coatings, Dex-O-Tex $35.87 8.02 9.27 6.80b 0.64 0.27 8 60.87 78.805c 78.805c 96.74

Floating and Troweling Machine Operator $36.00 8.02 9.27 6.80b 0.64 0.27 8 61.00 79.00c 79.00c 97.00

______# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Saturday in the same work week may be worked at straight-time rate, up to 8 hours on Saturday or when the employee has worked a total of 40 hours in the work week, if it is not reasonably possible for any individual employee on a particular job site to complete 40 hours of work on a 8 hour day, Monday through Friday, due to inclement weather or similar act of God or a situation beyond the control of the contractor. b Includes an amount for supplemental dues. c Rate applies to the first 4 daily overtime hours and the first 12 hours worked on Saturday. All other time is paid at the double time (2X) rate.

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

20 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #Cranes, Pile and Hoisting Equipment (Operating Engineer)

DETERMINATION: SC-23-63-2-2018-1B ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (e ) Vacation/ Training Other Hours Total Daily Saturday (d) Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (c ) Holiday

1 1/2X 1 1/2X 2X Classification Groups (b) Group 1 $46.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.69 $97.015 $97.015 $120.34 Group 2 $47.43 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.47 $98.185 $98.185 $121.90 Group 3 $47.72 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.76 $98.620 $98.620 $122.48 Group 4 $47.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.90 $98.830 $98.830 $122.76 Group 5 $48.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.12 $99.160 $99.160 $123.20 Group 6 $48.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.23 $99.325 $99.325 $123.42 Group 7 $48.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.35 $99.505 $99.505 $123.66 Group 8 $48.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.52 $99.760 $99.760 $124.00 Group 9 $48.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.69 $100.015 $100.015 $124.34 Group 10 $49.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.69 $101.515 $101.515 $126.34 Group 11 $50.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.69 $103.015 $103.015 $128.34 Group 12 $51.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $78.69 $104.515 $104.515 $130.34 Group 13 $52.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $79.69 $106.015 $106.015 $132.34

• # Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b For classifications within each group, see page 10B. c Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. e Includes an amount for Annuity

NOTE: For Special Shift and Multi-Shift, see pages 10A-1 and 10A-2.

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

10A Determination: SC-23-63-2-2018-1B; SC-23-63-2-2018-1B1; SC-23-63-2-2018-1B2

CLASSIFICATIONS: GROUP 1 GROUP 9 Engineer Oiler Crane Operator (over 25 tons, up to and including 50 ton M.R.C.) Derrick Barge Operator (over 25 tons, up to and including 50 ton M.R.C.) GROUP 2 Highline Cableway Operator Truck Crane Oiler Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 25 tons, up to and including 50 ton M.R.C.) GROUP 3 K-Crane A-Frame or Winch Truck Operator Polar Crane Operator Ross Carrier Operator (Jobsite) Self Erecting Tower Crane Operator Maximum Lifting Capacity ten (10) tons.

GROUP 4 GROUP 10 Bridge-Type Unloader and Turntable Operator ABI/Fundex Machine Helicopter Hoist Operator Crane Operator (over 50 tons, up to and including 100 ton M.R.C.) Snobble Unit (pin-n-go or similar type) Derrick Barge Operator (over 50 tons, up to and including 100 ton M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 50 tons, up to and including GROUP 5 100 ton M.R.C.) Hydraulic Boom Truck/Knuckleboom Mobile Tower Crane Operator (over 50 tons, up to and including 100 ton M.R.C.) Stinger Crane (Austin-Western or similar type) Shovel, Dragline, Clamshell Operator (over 10 cu. yrds.) Tugger Hoist Operator (1 drum) GROUP 11 GROUP 6 Crane Operator (over 100 tons, up to and including 200 ton M.R.C.) Bridge Crane Operator Derrick Barge Operator (over 100 tons, up to and including 200 tons M.R.C.) Cretor Crane Operator Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 100 tons, up to and including Hoist Operator (Chicago Boom and similar type) 200 ton M.R.C.) Lift Mobile Operator Mobile Tower Crane Operator (over 100 tons, up to and including 200 ton M.R.C.) Lift Slab Machine Operator (Vagtborg and similar types) Tower Crane Operator and Tower Gantry Material Hoist and/or Manlift Operator Polar Gantry Crane Operator GROUP 12 Prentice Self-Loader Crane Operator (over 200 tons, up to and including 300 tons M.R.C.) Self Climbing Scaffold (or similar type) Derrick Barge Operator (over 200 tons, up to and including 300 tons M.R.C.) Shovel, Dragline, Clamshell Operator (over 3/4 yd and up to 5 cu yds, M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 200 tons, up to and including Silent Piler 300 ton M.R.C.) Tugger Hoist Operator (2 drum) Mobile Tower Crane Operator (over 200 tons, up to and including 300 ton M.R.C.)

GROUP 7 Pedestal Crane Operator GROUP 13 Shovel, Dragline, Clamshell Operator (over 5 cu yds, M.R.C.) Crane Operator (over 300 tons) Tower Crane Repairman Derrick Barge Operator (over 300 tons) Tugger Hoist Operator (3 drum) Helicopter Pilot Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 300 tons) Hydraulically Controlled Lift Gantry Operator BCR Lift System (over 300 tons) GROUP 8 Mobile Tower Crane Operator (over 300 tons) 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, Dragline, Clamshell Operator (over 7 cu yds M.R.C.)

MISCELLANEOUS PROVISIONS: 1. Operators on hoists with three drums shall receive fifteen cents (15¢) per hour additional pay to the regular rate of pay. The additional pay shall be added to the regular rate and become the base rate for the entire shift.

2. All heavy duty repairman and heavy duty combination shall receive fifty cents (50¢) per hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay. 3. Employees required to suit up and work in a hazardous material environment, shall receive Two Dollars ($2.00) per hour in addition to their regular rate of pay, and that rate shall become the basic hourly rate of pay.

10B GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #Cranes, Pile Driver and Hoisting Equipment (Operating Engineer, Special Shift)

DETERMINATION: SC-23-63-2-2018-1B1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (e ) Vacation/ Training Other Hours Total Daily Saturday (d) Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (c ) Holiday 1 1/2X 1 1/2X 2X Classification Groups (b) Group 1 $47.15 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.19 $97.765 $97.765 $121.34 Group 2 $47.93 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.97 $98.935 $98.935 $122.90 Group 3 $48.22 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.26 $99.370 $99.370 $123.48 Group 4 $48.36 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.40 $99.580 $99.580 $123.76 Group 5 $48.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.62 $99.910 $99.910 $124.20 Group 6 $48.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.73 $100.075 $100.075 $124.42 Group 7 $48.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.85 $100.255 $100.255 $124.66 Group 8 $48.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.02 $100.510 $100.510 $125.00 Group 9 $49.15 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.19 $100.765 $100.765 $125.34 Group 10 $50.15 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.19 $102.265 $102.265 $127.34 Group 11 $51.15 $11.45 $10.65 $3.55 $1.00 $0.39 8 $78.19 $103.765 $103.765 $129.34 Group 12 $52.15 $11.45 $10.65 $3.55 $1.00 $0.39 8 $79.19 $105.265 $105.265 $131.34 Group 13 $53.15 $11.45 $10.65 $3.55 $1.00 $0.39 8 $80.19 $106.765 $106.765 $133.34

• # Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b For classifications within each group, see page 10B. c Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. e Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

10A1 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #Cranes, Pile Driver and Hoisting Equipment (Operating Engineer, Multi-Shift)

DETERMINATION: SC-23-63-2-2018-1B2 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (f) Vacation/ Training Other Hours (e) Total Daily Saturday (d) Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (c ) Holiday 1 1/2X 1 1/2X 2X Classification Groups (b) Group 1 $47.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.69 $98.515 $98.515 $122.34 Group 2 $48.43 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.47 $99.685 $99.685 $123.90 Group 3 $48.72 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.76 $100.120 $100.120 $124.48 Group 4 $48.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.90 $100.330 $100.330 $124.76 Group 5 $49.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.12 $100.660 $100.660 $125.20 Group 6 $49.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.23 $100.825 $100.825 $125.42 Group 7 $49.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.35 $101.005 $101.005 $125.66 Group 8 $49.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.52 $101.260 $101.260 $126.00 Group 9 $49.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.69 $101.515 $101.515 $126.34 Group 10 $50.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.69 $103.015 $103.015 $128.34 Group 11 $51.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $78.69 $104.515 $104.515 $130.34 Group 12 $52.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $79.69 $106.015 $106.015 $132.34 Group 13 $53.65 $11.45 $10.65 $3.55 $1.00 $0.39 8 $80.69 $107.515 $107.515 $134.34

• # Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b For classifications within each group, see page 10B. c Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. e The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight-time shall be paid at the non-shift rate, Monday thorugh Friday. f Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

10A2 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER

DETERMINATION: SC-23-63-2-2018-1D ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (d) Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (c) Holiday

1 1/2X 1 1/2X 2X Classification Groups Group 1 $46.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.12 $96.160 $96.160 $119.20 Group 2 $47.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.90 $98.830 $98.830 $122.76 Group 3 $49.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.90 $101.830 $101.830 $126.76

# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. c Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. d Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TTRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

CLASSIFICATIONS: GROUP I GROUP II Group III Field Soils and Materials Tester AWS-CWI Welding Inspector Nondestructive Testing (NDT) Field Asphaltic Concrete (Soils and Materials Tester) Building / Construction Inspector Field Earthwork (Grading Excavation and Filling) Licensed Grading Inspector Roof Inspector Reinforcing Steel Water Proofer Reinforced Concrete Pre-Tension Concrete Post-Tension Concrete Structural Steel and Welding Inspector Glue-Lam and truss Joints Truss-Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray-Applied Fireproofing Structural masonry

10E GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT)

DETERMINATION: SC-23-63-2-2018-1D1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (d) Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (c) Holiday 1 1/2X 1 1/2X 2X Classification Groups Group 1 $46.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.62 $96.910 $96.910 $120.20 Group 2 $48.36 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.40 $99.580 $99.580 $123.76 Group 3 $50.36 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.40 $102.580 $102.580 $127.76

# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. c Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. d Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

CLASSIFICATIONS: GROUP I GROUP II Group III Field Soils and Materials Tester AWS-CWI Welding Inspector Nondestructive Testing (NDT) Field Asphaltic Concrete (Soils and Materials Tester) Building / Construction Inspector Field Earthwork (Grading Excavation and Filling) Licensed Grading Inspector Roof Inspector Reinforcing Steel Water Proofer Reinforced Concrete Pre-Tension Concrete Post-Tension Concrete Structural Steel and Welding Inspector Glue-Lam and truss Joints Truss-Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray-Applied Fireproofing Structural masonry

10G GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI-SHIFT)

DETERMINATION: SC-23-63-2-2018-1D2 Issue Date: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (e ) Vacation/ Training Other Hours (d) Total Daily Saturday Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (c) Holiday 1 1/2X 1 1/2X 2X Classification Groups Group 1 $47.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.12 $97.660 $97.660 $121.20 Group 2 $48.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.90 $100.330 $100.330 $124.76 Group 3 $50.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.90 $103.330 $103.330 $128.76

# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. c Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. d The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight-time shall be paid at the non-shift rate, Monday thorugh Friday. e Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

CLASSIFICATIONS: GROUP I GROUP II Group III Field Soils and Materials Tester AWS-CWI Welding Inspector Nondestructive Testing (NDT) Field Asphaltic Concrete (Soils and Materials Tester) Building / Construction Inspector Field Earthwork (Grading Excavation and Filling) Licensed Grading Inspector Roof Inspector Reinforcing Steel Water Proofer Reinforced Concrete Pre-Tension Concrete Post-Tension Concrete Structural Steel and Welding Inspector Glue-Lam and truss Joints Truss-Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray-Applied Fireproofing Structural masonry

10H

GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #LABORER AND RELATED CLASSIFICATIONS

DETERMINATION: SC-23-102-2-2018-1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: July 31, 2019** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director – Research Unit for specific rates at (415) 703-4774.

LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight-Time Overtime Hourly Rates Classification a Basic Health Pension Vacation/ Training Other Hours Total Dailyb Saturdaybc Sunday (Journeyperson) Hourly and and Payment Hourly and Rate Welfare Holidayd Rate 1 1/2X 1 1/2X Holiday

CLASSIFICATION GROUPS

Group 1 $34.24 7.32 8.03 4.84 0.69 0.61 8 55.73 72.850 72.850 89.97 Group 2 34.79 7.32 8.03 4.84 0.69 0.61 8 56.28 73.675 73.675 91.07 Group 3 35.34 7.32 8.03 4.84 0.69 0.61 8 56.83 74.500 74.500 92.17 Group 4 36.89 7.32 8.03 4.84 0.69 0.61 8 58.38 76.825 76.825 95.27 Group 5 37.24 7.32 8.03 4.84 0.69 0.61 8 58.73 77.350 77.350 95.97 ______# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a For classification within each group, see page 14. b Any hours worked over 12 hours in a single workday are double (2) time. c Saturdays in the same work week may be worked at straight-time if job is shut down during work week due to inclement weather or similar Act of God, or a situation beyond the employers control. d Includes an amount per hour worked for supplemental dues

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

13

DETERMINATION: SC-23-102-2-2018-1

CLASSIFICATION GROUPS GROUP 1 GROUP 2 (continued) Boring Machine Helper (Outside) Tank Scaler and Cleaner Certified Confined Space Laborer Tree Climber, Faller, Chain Saw Operator, Pittsburgh Chipper and similar type Cleaning and Handling of Panel Forms Brush Shredders Concrete Screeding for Rough Strike-Off Underground Laborer, including Caisson Bellower Concrete, Water Curing Demolition Laborer, the cleaning of brick if performed by an employee GROUP 3 performing any other phase of demolition work, and the cleaning of lumber Asphalt Installation of all fabrics Fiberoptic Installation, Blowing, Splicing, and Testing Technician on public Buggymobile Man right-of- way only Compactor (all types including Tampers, Barko, Wacker) Fire Watcher, Limbers, Brush Loaders, Pilers and Debris Handlers Concrete Cutting Torch Flagman Concrete Pile Cutter Gas, Oil and/or Water Pipeline Laborer Driller, Jackhammer, 2 1/2 ft. drill steel or longer Laborer, Asphalt-Rubber Material Loader Dri Pak-it Machine Laborer, General or Construction Gas, Oil and/or Water Pipeline Wrapper - 6-inch pipe and over by any method, Laborer, General Cleanup inside and out Laborer, Jetting Impact Wrench, Multi-Plate Laborer, Temporary Water and Air Lines Kettlemen, Potmen and Men applying asphalt, lay-kold, creosote, lime caustic Plugging, Filling of Shee-Bolt Holes; Dry Packing of Concrete and Patching and similar type materials Post Hole Digger (Manual) Laborer, Fence Erector Railroad Maintenance, Repair Trackman and Road Beds; Streetcar and Railroad Material Hoseman (Walls, Slabs, Floors and Decks) Construction Track Laborers Operators of Pneumatic, Gas, Electric Tools, Vibrating Machines, Pavement Rigging and Signaling Breakers, Air Blasting, Come-Alongs, and similar mechanical tools not Scaler separately classified herein; operation of remote controlled robotic tools in Slip Form Raisers connection with Laborers work Tarman and Mortar Man Pipelayer's backup man, coating, grouting, making of joints, sealing, caulking, Tool Crib or Tool House Laborer diapering and including rubber gasket joints, pointing and any and all other Traffic Control by any method services Water Well Driller Helper Power Post Hole Digger Window Cleaner Rock Slinger Wire Mesh Pulling - All Concrete Pouring Operations Rotary Scarifier or Multiple Head Concrete Chipping Scarifier Steel Headerboard Man and Guideline Setter GROUP 2 Trenching Machine, Hand Propelled Asphalt Shoveler Cement Dumper (on 1 yard or larger mixer and handling bulk cement) GROUP 4 Cesspool Digger and Installer Any Worker Exposed to Raw Sewage Chucktender Asphalt Raker, Luteman, Ironer, Asphalt Dumpman, and Asphalt Spreader Chute Man, pouring concrete, the handling of the chute from readymix trucks, Boxes (all types) such as walls, slabs, decks, floors, foundations, footings, curbs, gutters and Concrete Core Cutter (walls, floors or ceilings), Grinder or Sander sidewalks Concrete Saw Man, Cutting Walls or Flat Work, Scoring old or new concrete Concrete Curer-Impervious Membrane and Form Oiler Cribber, Shorer, Lagging, Sheeting and Trench Bracing, Hand-Guided Lagging Cutting Torch Operator (Demolition) Hammer Fine Grader, Highways and Street Paving, Airport, Runways, and similar type Head Rock Slinger heavy construction High Scaler (including drilling of same) Gas, Oil and/or Water Pipeline Wrapper-Pot Tender and Form Man Laborer, Asphalt-Rubber Distributor Bootman Guinea Chaser Laser Beam in connection with Laborer's work Headerboard Man-Asphalt Oversize Concrete Vibrator Operator, 70 pounds and over Installation of all Asphalt Overlay Fabric and Materials used for Reinforcing Pipelayer Asphalt Prefabricated Manhole Installer Laborer, Packing Rod Steel and Pans Sandblaster (Nozzleman), Water Blasting, Porta Shot-Blast Membrane Vapor Barrier Installer Subsurface Imaging Laborer Power Broom Sweepers (small) Traffic Lane Closure, certified Riprap, Stonepaver, placing stone or wet sacked concrete Roto Scraper and Tiller GROUP 5 Sandblaster (Pot Tender) Blasters Powderman Septic Tank Digger and Installer (leadman) Driller Toxic Waste Removal Welding, certified or otherwise in connection with Laborers’ work

14 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #OPERATING ENGINEER DETERMINATION: SC-23-63-2-2018-1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued.

LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (e)Vacation/ Training Other Hours Total Daily Saturday (d) Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (c ) Holiday

1 1/2X 1 1/2X 2X Classification Groups (b) Group 1 $45.30 $11.45 $10.65 $3.55 $1.00 $0.39 8 $72.34 $94.990 $94.990 $117.64 Group 2 $46.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.12 $96.160 $96.160 $119.20 Group 3 $46.37 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.41 $96.595 $96.595 $119.78 Group 4 $47.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.90 $98.830 $98.830 $122.76 Group 6 $48.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.12 $99.160 $99.160 $123.20 Group 8 $48.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.23 $99.325 $99.325 $123.42 Group 10 $48.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.35 $99.505 $99.505 $123.66 Group 12 $48.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.52 $99.760 $99.760 $124.00 Group 13 $48.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.62 $99.910 $99.910 $124.20 Group 14 $48.61 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.65 $99.955 $99.955 $124.26 Group 15 $48.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.73 $100.075 $100.075 $124.42 Group 16 $48.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.85 $100.255 $100.255 $124.66 Group 17 $48.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.02 $100.510 $100.510 $125.00 Group 18 $49.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.12 $100.660 $100.660 $125.20 Group 19 $49.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.23 $100.825 $100.825 $125.42 Group 20 $49.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.35 $101.005 $101.005 $125.66 Group 21 $49.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.52 $101.260 $101.260 $126.00 Group 22 $49.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.62 $101.410 $101.410 $126.20 Group 23 $49.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.73 $101.575 $101.575 $126.42 Group 24 $49.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.85 $101.755 $101.755 $126.66 Group 25 $49.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.02 $102.010 $102.010 $127.00

# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b For classifications within each group, see pages 8 and 9. c Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. e Includes an amount for Annuity

NOTE: For Special Shift and Multi-Shift, see pages 9A and 9B.

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

7 DETERMINATION: SC-23-63-2-2018-1 CLASSIFICATIONS: GROUP 1 Hydraulic Casing Oscillator Operator – drilling depth of 45’ maximum Bargeman Hydrographic Seeder Machine Operator (straw, pulp or seed) Brakeman Jackson Track Maintainer, or similar type Compressor Operator Kalamazoo Switch Tamper, or similar type Ditchwitch, with seat or similar type equipment Machine Tool Operator Elevator Operator - Inside Maginnis Internal Full Slab Vibrator Engineer Oiler Mechanical Berm, Curb or Gutter (concrete or asphalt) Forklift Operator (includes loed, lull or similar types – under 5 tons) Mechanical Finisher Operator (concrete, Clary-Johnson-Bidwell or similar) Generator Operator Micro Tunnel System Operator (below ground) Generator, Pump or Compressor Plant Operator Pavement Breaker Operator Heavy Duty Repairman Helper Railcar Mover Pump Operator Road Oil Mixing Machine Operator Signalman Roller Operator (asphalt or finish) Switchman Rubber-Tired Earthmoving Equipment (single engine, up to and including 25 yds. struck) Self-Propelled Tar Pipelining Machine Operator GROUP 2 Skiploader Operator (crawler and wheel type, over 3/4 yds. and up to and including 1 1/2 yds.) Asphalt-Rubber Plant Operator (Nurse Tank Operator) Slip Form Pump Operator (power driven hydraulic lifting device for concrete forms) Concrete Mixer Operator - Skip Type Tractor Operator - Bulldozer, Tamper-Scraper (single engine, up to 100 H.P. flyweel and Conveyor Operator similar types, up to and including D-5 and similar types) Fireman Tugger Hoist Operator (1 drum) Forklift Operator (includes loed, lull or similar types – over 5 tons) Ultra High Pressure Waterjet Cutting Tool System Operator Hydrostatic Pump Operator Vacuum Blasting Machine Operator Oiler Crusher (Asphalt or Concrete Plant) Volume Mixer Operator Petromat Laydown Machine Welder – General RJU Side Dump Jack Rotary Drill Helper (Oilfield) GROUP 7 (for multi-shift rate, see page 9B) Screening and Conveyor Machine Operator (or similar types) Welder – General (Multi-Shift) Skiploader (Wheel type up to 3/4 yd. without attachment) Tar Pot Fireman GROUP 8 Temporary Heating Plant Operator Asphalt or Concrete Spreading Operator (tamping or finishing) Trenching Machine Oiler Asphalt Paving Machine Operator (barber greene or similar type, one (1) Screedman) Asphalt-Rubber Distributor Operator GROUP 3 Backhoe Operator (up to and including 3/4 yds.) small ford, case or similar Asphalt Rubber Blend Operator Backhoe Operator (over 3/4 yd. and up to 5 cu. yds. M.R.C.) Steer, with all attachments) Barrier Rail Mover (BTM Series 200 or similar types) Equipment Greaser (rack) Cast in Place Pipe Laying Machine Operator Ford Fergusonp (with dragtype attachments) Cold Foamed Asphalt Recycler (ground) Combination Mixer and Compressor Operator (gunite work) Stationary Pipe Wrapping and Cleaning Machine Operator Compactor Operator - Self Propelled Concrete Mixer Operator - Paving GROUP 4 Crushing Plant Operator Asphalt Plant Fireman Drill Doctor Backhoe Operator (mini-max or similar type) Drilling Machine Operator, Bucket or Auger types (Calweld 150 bucket or similar types - Boring Machine Operator Watson 1500, 2000, 2500 auger or similar types - Texoma 700, 800 auger or similar types - Boring System Electronic Tracking Locator drilling depth of 60' maximum) Boxmanpp or Mixerman g (asphalt or concrete) Elevating Grader Operator Operator Excavator Track/Rubber-Tired (Operating Weight 21,000 lbs - 100,000 lbs) Concrete Cleaning Decontamination Machine Operator Global Positioning System/GPS (or Technician) Concrete Pump Operator (small portable) Grade Checker Drilling Machine Operator, Small Auger types (Texoma Super Economatic, or similar types - Hughes 100 or Gradall Operator 200, or similar types - drilling depth of 30 maximum) Grouting Machine Operator Equipment Greaser (grease truck) Heavy Duty Repairman/Pump Installer Excavator Track/Rubber-Tired (Operating weight under 21,000 lbs) Heavy Equipment Robotics Operator Guard Rail Post Driver Operator Hydraulic Casing Oscillator Operator – drilling depth of 60’ maximum Highline Cableway Signalman Hydraulic Operated Grout Plant (excludes hand loading) Hydra-Hammer-Aero Stomper Kalamazoo Ballast Regulator or similar type Hydraulic Casinggp Oscillator Operator – drilling depth of 30’ maximum Klemm Drill Operator or similar types (above ground tunnel) Kolman Belt Loader and similar type Power Concrete Curing Machine Operator Le Tourneau Blob Compactor or similar type Power Concrete Saw Operator Lo Drill Power - Driver Jumbo Form Setter Operator Operator Power Sweeper Operator Master Environmental Maintenance Mechanic Rock Wheel Saw/Trencher Mobark Chipper or similiar types Roller Operator (compacting) Ozzie Padder or similar types Screed Operator (asphalt or concrete) P.C. 490 Slot Saw Trenching Machine Operator (up to 6ft.) Pneumatic Concrete Placing Machine Operator (Hackley-Presswell or similar type) Vacuum or Muck Truck Hydro-Ax Pumpcrete Gun Operator GROUP 5 (for multi-shift rate, see page 9B) Rock Drill or Similiar Types (see Miscellaneous Provision #4 for additional information Equipment Greaser (Grease Truck/Multi-Shift) regarding this classification) Rotary Drill Operator (excluding caison type) GROUP 6 Rubber-Tired Earth Moving Equipment Operator (single engine, caterpillar, euclid, athey Articulating Material Hauler wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 Asphalt Plant Engineer cu. yds. struck) Batch Plant Operator Rubber-Tired Earth Moving Equipment Operator (multiple engine - up to and including 25 yds Bit Sharpener struck) Concrete Joint Machine Operator (canal and similar type) Rubber-Tired Scraper Operator (self-loading paddle wheel type - John Deere, 1040 and similar Concrete Placer Operator single unit) Concrete Planer Operator Self-Propelled Curb and Gutter Machine Operator Dandy Digger Shuttle Buggy Deck Engine Operator Skiploader Operator (crawler and wheel type over 1 1/2 yds. up to and including 6 1/2 yds.) Deck Engineer Soil Remediation Plant Operator (CMI, Envirotech or Similar) Derrickman (oilfield type) Soil Stabilizer and Reclaimer (WR-2400) Somero SXP Laser Screed Drilling Machine Operator, Bucket or Auger types (Calweld 100 bucket or similar types - Watson 1000 Speed Swing Operator auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum) Surface Heaters and Planer Operator Drilling Machine Operator (including water wells) Tractor Compressor Drill Combination Operator Force Feed Loader 8 DETERMINATION: SC-23-63-2-2018-1

GROUP 8 CONT. GROUP 16 Tractor Operator (any type larger than D-5 - 100 flyweel H.P. and over, or similar – bulldozer, tamper, Excavator Track/Rubber Tired (Operating Weight exceeding 200,000 lbs.) scraper and push tractor, single engine) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull Tractor Operator (boom attachments) System (single engine, over 50 yds. struck) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull Traveling Pipe Wrapping, Cleaning and Bending Machine Operator System (multiple engine, euclid, caterpillar, and similar, over 25 yds. and up to 50 yds. Trenching Machine Operator (over 6 ft. depth capacity, manufacturer's rating) struck) Trenching Machine with Road Miner Attachment (over 6ft. depth capacity, manufacturer's rating - Oiler or Journeyman Trainee required) Ultra High Pressure Waterjet Cutting Tool System Mechanic GROUP 17 Water Pull (compaction) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (multiple engine, euclid, caterpillar, and similar type, over 50 cu. yds. struck) GROUP 9 (for multi-shift rate, see page 9B) Tandem Tractor Operator (operating crawler type tractors in tandem - Quad 9 and similar Heavy Duty Repairman (Multi-Shift) type)

GROUP 18 GROUP 10 Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly Backhoe Operator (over 5 cu. yds. M.R.C.) dumps, and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) 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) GROUP 19 Dual Drum Mixer Rotex Concrete Belt Operator Dynamic Compactor LDC350 or similar types Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly Heavy Duty Repairman-Welder combination dumps, and similar types in any combination, excluding compaction units - single engine, Hydraulic Casing Oscillator Operator – drilling depth of 105’ maximum caterpillar, euclid, athey wagon, and similar types with any and all attachments over 25 yds. Monorail Locomotive Operator (, gas or electric) and up to and including 50 cu. yds. struck) Motor Patrol - Blade Operator (single engine) Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly Multiple Engine Tractor Operator (euclid and similar type - except quad 9 cat. dumps, and similar types in any combination, excluding compaction units - multiple engines, Pneumatic Pipe Ramming Tool and similar types up to and including 25 yds. struck) Pre-stressed Wrapping Machine Operator (2 Operators required) Rubber - Tired Earth Moving Equipment Operator (single engine, over 50 yds. struck) GROUP 20 Rubber - Tired Earth Moving Equipment Operator (multiple engine, euclid caterpillar and similar - over Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly 25 yds. and up to 50 yds. struck) dumps, and similar types in any combination, excluding compaction units - single engine, Tower Crane Repairman over 50 yds. struck) Tractor Loader Operator (crawler and wheel-type over 6 1/2 yds. Welder - Certified Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly Woods Mixer Operator (and similar pugmill equipment) 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 11 (for multi-shift rate, see page 9B) Drilling Machine Operator, Bucket or Auger types (Calweld, auger 200 CA or similar types - Heavy Duty Repairman – Welder Combination (Multi-Shift Welder – Certified (Multi-Shift) GROUP 21

GROUP 12 Rubber-Tired Earth Moving Equipment Operator, Operating in Tandem (scrapers, belly Auto Grader Operator dumps, and similar types in any combination, excluding compaction units - multiple engine, Automatic Slip Form Operator euclid, caterpillar and similar type, over 50 cu. yds. struck) Backhoe Operator (over 7 cu. yds. M.R.C.) Drilling Machine Operator, Bucket or Auger types (Calweld, auger 200 CA or similar types - watson, GROUP 22 auger 6000 or similar types - hughes super duty, auger 200 or similar types - drilling depth of 175' Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem maximum) Push-Pull System (single engine, up to and including 25 yds. struck) Excavator Track/Rubber Tired (Operating Weight 100,000 lbs. - 200,000 lbs) Hoe Ram or similar with compressor GROUP 23 Hydraulic Casing Oscillator Operator – drilling depth of 175’ maximum Mass Excavator Operator - less than 750 cu. yds. Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Mechanical Finishing Machine Operator Push-Pull System (single engine, caterpillar, euclid, athey wagon, and similar types with any Mobile Form Traveler Operator and all attachments over 25 yds. and up to and including 50 cu. yds. struck) Motor Patrol Operator (multi-engine) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Pipe Mobile Machine Operator Push-Pull System (multiple engine, up to and including 25 yds. struck) Moving Equipment GROUP 24 Rubber-Tired Self-Loading Scraper Operator (paddle-wheel-auger type self-loading - (two (2) or more Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem units) Push-Pull System (single engine, over 50 yds. Struck) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem GROUP 13 Push-Pull System (multiple engine, euclid, caterpillar and similar, over 25 yds. and up to 50 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (singleyds. struck) engine, up to and including 25 yds. struck) GROUP 25 GROUP 14 Concrete Pump Operator-Truck Mounted Canal Liner Operator Pedestal Concrete Pump Operator Canal Trimmer Operator Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Tandem Drilling Machine Operator, Bucket or Auger types (Calweld, auger 200 CA or similar types - watson, Push-Pull System (multiple engine, euclid, caterpillar and similar over 50 cu. yds struck) auger 6000 or similar types - hughes super duty, auger 200 or similar types - drilling depth of 300' maximum) Remote Controlled Earth Moving Operator ($1.00 per hour additional to base rate) Wheel Excavator Operator (over 750 cu. yds. per hour)

GROUP 15 Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the 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 cu. yds. struck) Rubber-Tired Earth Moving Equipment Operator, Operating Equipment with the Push-Pull System (multiple engine - up to and including 25 yds. struck)

MISCELLANEOUS PROVISIONS:

1. Operators on hoists with three drums shall receive fifteen cents (15¢) per hour additional pay to the regular rate of pay. The additional pay shall be added to the regular rate and become the base rate for the entire shift. 2. All heavy duty repairman and heavy duty combination shall receive fifty cents (50¢) per hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay. 3. Employees required to suit up and work in a hazardous material environment, shall receive Two Dollars ($2.00) per hour in addition to their regular rate of pay, and that rate shall become the basic hourly rate of pay. 4. A review of rock drilling is currently pending. The minimum acceptable rate of pay for this classification or type of work on public works projects is Laborer and Related Classifications/Group 5 (Driller) as published on pages 13 and 14 of the Director’s General Prevailing Wage Determinations. However, the published rate for the craft/classification of Operating Engineer/Group 8 (Rock Drill or Similar Types) may be used by contractors to perform rock drilling on public works projects.

9 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #OPERATING ENGINEER (Special Shift) DETERMINATION: SC-23-63-2-2018-1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (e) Vacation/ Training Other Hours Total Daily Saturday (d) Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (c ) Holiday

1 1/2X 1 1/2X 2X Classification Groups (b) Group 1 $45.80 $11.45 $10.65 $3.55 $1.00 $0.39 8 $72.84 $95.740 $95.740 $118.64 Group 2 $46.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.62 $96.910 $96.910 $120.20 Group 3 $46.87 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.91 $97.345 $97.345 $120.78 Group 4 $48.36 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.40 $99.580 $99.580 $123.76 Group 6 $48.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.62 $99.910 $99.910 $124.20 Group 8 $48.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.73 $100.075 $100.075 $124.42 Group 10 $48.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.85 $100.255 $100.255 $124.66 Group 12 $48.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.02 $100.510 $100.510 $125.00 Group 13 $49.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.12 $100.660 $100.660 $125.20 Group 14 $49.11 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.15 $100.705 $100.705 $125.26 Group 15 $49.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.23 $100.825 $100.825 $125.42 Group 16 $49.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.35 $101.005 $101.005 $125.66 Group 17 $49.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.52 $101.260 $101.260 $126.00 Group 18 $49.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.62 $101.410 $101.410 $126.20 Group 19 $49.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.73 $101.575 $101.575 $126.42 Group 20 $49.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.85 $101.755 $101.755 $126.66 Group 21 $49.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.02 $102.010 $102.010 $127.00 Group 22 $50.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.12 $102.160 $102.160 $127.20 Group 23 $50.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.23 $102.325 $102.325 $127.42 Group 24 $50.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.35 $102.505 $102.505 $127.66 Group 25 $50.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.52 $102.760 $102.760 $128.00

# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b For classifications within each group, see pages 8 and 9. c Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. e Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

9A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: #OPERATING ENGINEER (Multi-Shift) DETERMINATION: SC-23-63-2-2018-1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director – Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties.

Employer Payments Straight – Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension (f)Vacation/ Training Other Hours (e) Total Hourly Daily Saturday (d) Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Rate (c ) Holiday

1 1/2X 1 1/2X 2X Classification Groups (b) Group 1 $46.30 $11.45 $10.65 $3.55 $1.00 $0.39 8 $73.34 $96.490 $96.490 $119.64 Group 2 $47.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.12 $97.660 $97.660 $121.20 Group 3 $47.37 $11.45 $10.65 $3.55 $1.00 $0.39 8 $74.41 $98.095 $98.095 $121.78 Group 4 $48.86 $11.45 $10.65 $3.55 $1.00 $0.39 8 $75.90 $100.330 $100.330 $124.76 Group 5 $48.96 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.00 $100.480 $100.480 $124.96 Group 6 $49.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.12 $100.660 $100.660 $125.20 Group 7 $49.18 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.22 $100.810 $100.810 $125.40 Group 8 $49.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.23 $100.825 $100.825 $125.42 Group 9 $49.29 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.33 $100.975 $100.975 $125.62 Group 10 $49.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.35 $101.005 $101.005 $125.66 Group 11 $49.41 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.45 $101.155 $101.155 $125.86 Group 12 $49.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.52 $101.260 $101.260 $126.00 Group 13 $49.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.62 $101.410 $101.410 $126.20 Group 14 $49.61 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.65 $101.455 $101.455 $126.26 Group 15 $49.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.73 $101.575 $101.575 $126.42 Group 16 $49.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $76.85 $101.755 $101.755 $126.66 Group 17 $49.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.02 $102.010 $102.010 $127.00 Group 18 $50.08 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.12 $102.160 $102.160 $127.20 Group 19 $50.19 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.23 $102.325 $102.325 $127.42 Group 20 $50.31 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.35 $102.505 $102.505 $127.66 Group 21 $50.48 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.52 $102.760 $102.760 $128.00 Group 22 $50.58 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.62 $102.910 $102.910 $128.20 Group 23 $50.69 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.73 $103.075 $103.075 $128.42 Group 24 $50.81 $11.45 $10.65 $3.55 $1.00 $0.39 8 $77.85 $103.255 $103.255 $128.66 Group 25 $50.98 $11.45 $10.65 $3.55 $1.00 $0.39 8 $78.02 $103.510 $103.510 $129.00

# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount withheld for supplemental dues. b For classifications within each group, see pages 8 and 9. c Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. e The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight-time shall be paid at the non-shift rate, Monday thorugh Friday. f Includes an amount for Annuity

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

9B

GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1

FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS

CRAFT: # PARKING AND HIGHWAY IMPROVEMENT (STRIPING, SLURRY AND SEAL COAT OPERATIONS-LABORER)

DETERMINATION: SC-23-102-6-2018-1 ISSUE DATE: August 22, 2018 EXPIRATION DATE OF DETERMINATION: June 30, 2019** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director – Research Unit for specific rates at (415) 703-4774.

LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura counties.

Employer Payments Straight-Time Overtime Hourly Rates Classification Basic Health Pension Vacation/ Training Other Hours b Total Daily 6th & 7th Holiday (Journeyperson) Hourly and Holiday Hourly Day c Rate Welfare Rate 1 1/2X 1 1/2X 2X

CLASSIFICATION GROUPS

Group 1 $36.91 $7.32 $4.98 $5.08a $1.31 $0.50 8 $56.10 $74.555 $74.555 $93.01 Group 2 38.21 7.32 4.98 5.08a 1.31 0.50 8 57.40 76.505 76.505 95.61 Group 3 40.22 7.32 4.98 5.08a 1.31 0.50 8 59.41 79.520 79.520 99.63 Group 4 41.96 7.32 4.98 5.08a 1.31 0.50 8 61.15 82.130 82.130 103.11 ______# Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html. a Includes an amount per hour worked for Supplemental Dues. b Straight-time hours: 8 consecutive hours per day. 40 hours over 5 consecutive days, Monday through Sunday shall constitute a week’s work at straight time. c The sixth consecutive day in the same work week may be worked at straight-time if job is shut down during work week due to inclement weather.

RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director – Research Unit at (415) 703-4774.

CLASSIFICATION GROUPS: Group 1 Protective coating, Pavement sealing Group 2 Group 3 (repairs and filling of cracks by any Traffic Surface Abrasive Blaster Traffic Delineating Device Applicator method to parking lots, game courts and Pot Tender Traffic Protective System Installer playgrounds) Traffic Control Person/Certified Traffic Pavement Marking Applicator Installation of carstops Control Person Slurry Seal Applicator Operator (Line Traffic Control Person & Serviceman; Repairing and filling of cracks and surface Driver) including work of installing and cleaning on streets, highways, and Shuttleman (loader/slurry machine protecting utility covers, traffic airports by any means, and other work operations) operation of all related delineating devices, posting of no parking not directly connected with the machinery and equipment and notifications for public convenience application of slurry seal Asphalt Repair Slurry Seal Squeegeeman (finisher) Group 4 Equipment Repair Technician Traffic Striping Applicator Slurry Seal Mixer Operator Power Broom Sweeper (operation of all 18E related machinery and equipment)

5/8/2019 Public Works

Press room Índice en español  Settings Department of Industrial Relations

Labor Commissioner's Oice DLSE Debarments

DLSE Debarments

The following contractors are currently barred from bidding on, accepting, or performing any public works contracts, either as a contractor or subcontractor, for the period set forth below:

As part of your due diligence, we suggest that you also check:

Contractor status at the Contractors State License Board (CSLB) The Federal debarment list at the Excluded Parties List System

For a list of past DLSE debarments of public works contractors, please contact:

Susan Nakagama Special Assistant to the Labor Commissioner 1515 Clay Street Suite 401 Oakland, CA 94612 [email protected]

Name of contractor Period of debarment

RMV Construction, Inc., A California Corporation; and Robert 4/1/2017 through 8/18/2018 Michael Vasil II a.k.a. Robert Michael Vasil a.k.a. Decision LB 5266 Mike Vasil, an Individual and CEO/RMO President of RMV Construction, Inc.

CSLB Number: 892389

Gewargis Youkhanis Narso, an individual dba 2/1/2017 through 1/31/2020 GEHVAC and Technologies, a sole proprietorship, Decision 40-48480-516 And GEHVAC Co., a sole proprietorship

CSLB Number: 899312 and 1013848

Joseph Brothers Enterprise, Inc.; Ken Joseph Individually and 4/3/2018 through 10/3/2019 https://www.dir.ca.gov/dlse/debar.html 1/11 5/8/2019 Public Works as CEO Decision SC 6390

CSLB Number: 849169

Dave Cook Concrete Construction, Inc., and David William 3/1/2017 through 2/29/2020 Cook Decision LB 6207 34231 Camino Capistrano #102 Capistrano Beach, CA 92624-1189

CSLB Number: 461897

Bannaoun Engineers Constructors Corporation; Omar Maloof, 05/12/17 through 05/11/20 An Individual Decision SC 5517 P.O. Box 16599 Beverly Hills, CA 90209-2599

CSLB Number: 827829

Evans Roofing Co., Inc. 10/31/16 through 10/30/19 2020 South Yale Street Decision LB 6270 Santa Ana, CA 92706

CSLB Number: 610549

Guillermo Ibaibarriaga dba Sierra Nevada Stucco and 2K 05/14/17 through 05/13/20 Roofing Decision SC 6037 Sierra Nevada Stucco P.O. Box 8472 Reno, NV 89502 CSLB Number: 915812

2K Roofing 820 Kuenzli Street Reno, NV 89502 CSLB Number: 954551

Del Norte Construction, And Trinidad Manuel Canales, an 6/01/16 through 5/31/17 Individual Decision LB 5533 PO Box 5101 Oxnard, CA 93030

https://www.dir.ca.gov/dlse/debar.html 2/11 5/8/2019 Public Works 5020 Wooley Rd. Oxnard, CA 93030

CSLB Number: #945723

Diversified Building & Electric Company, Inc. 2/15/16 through 8/15/17 409 Tennant Station Decision SC 5714 Morgan Hill, CA 95037

Denis Andrew Maris, Individually and Doing Business as Diversified Electric Company

CSLB Number: #765312

Fast Demolition, Inc. 4/1/44 through 3/31/47 601-C East Palomar Street #123 Decision LB5742 Chula Vista, CA 91911 4/1/41 through 3/31/44 CSLB Number: #792729 Decision LB5665

Rogelio Medina Vazquez., an individual and in his capacity as 4/1/36 through 3/31/39 Responsible Managing Oicer of FAST DEMOLITION, INC. Decision LB5740

4/1/33 through 3/31/37 Decision LB5651

4/1/33 through 3/31/37 Decision LB5739

4/1/24 through 3/31/27 Decision LB5741

4/1/30 through 3/31/33 Decision LB5743

4/1/27 through 3/31/30 Decision LB5666

4/1/21 through 3/31/24 Decision LB5667

4/1/18 through 3/31/21 Decision LB5668

4/01/15 through 3/31/18 Decision LB5345

https://www.dir.ca.gov/dlse/debar.html 3/11 5/8/2019 Public Works Amerivet Plumbing, Inc.; Walter Edward Jacob Kuhlmann III, 8/6/15 through 8/5/18 Individually And dba Amerivet Plumbing Services Decision CSLB Number: #969048 and #919761

Ultimate Inc., And, Enrique Vera, an Individual 12/1/15 through 11/30/18 PO Box 571117 Decision Tarzana, CA 91356-1117 CSLB Number: #949229

Travioli Construction, Inc. 9/11/15 through 3/10/17 PO Box 231 Decision Visalia, CA 93274 CSLB Number: #936832

Integrity Sheet Metal, Inc. 2/01/15 through 1/31/18 319 McArthur Way Decision Upland, CA 91786 CSLB #726770

William Ben Hicks, an individual; Margaret Mary Hicks, an individual

L A Builders, Inc., a California Corporation 2/01/15 through 1/31/18 15635 Saticoy Street, #H Decision Van Nuys, CA 91406 CSLB #748591

Alon Gamliel, an individual

USA Wall Systems, Inc. 4/01/15 through 3/31/18 8309 Sunshine Lane Decision Riverside, CA 92508 CSLB #929610

Edward Eugene Brammer, an individual and in his capacity as President/CEO/RMO

Daughter Construction 4/01/15 through 3/31/18 formerly dba Hy Carpentry Construction Decision 15407 Thornlake Avenue Norwalk, CA 90650 https://www.dir.ca.gov/dlse/debar.html 4/11 5/8/2019 Public Works CSLB #979297

Sharon Jin Yoo, an individual; Dae Hyun Yoo, an individual and in his capacity as manager/supervisor for Sharon Jin Yoo and in his capacity as General Partner for HY Construction, a General Partnership.

RDA Construction, Inc. 12/15/14 through 12/14/16 1692 W. Bullard Ave., Decision Fresno, CA 93711 CSLB# 383306

Titan Electrical Construction, Inc. 11/3/14 through 11/2/17 Lucas Oliver Stickney, an individual Decision Jamie Noel Furr, an individual 630 Natoma Street San Francisco, CA 94103 CSLB# 919516

Ramos Painting 11/3/14 through 11/2/15 Carlos Ray Ramos, an individual Decision P.O. Box 3871 Paso Robles, CA 93447 CSLB# 753575

Dick Emard Electric. 11/3/14 thorough 11/2/17 dba Emard Electric Luke Richard Emard, an individual and RMO Decision 5930 Key Court, Suite A Loomis, CA 95650 CSLB# 794007

Nixon Electric 8/1/14 through 7/31/17 Gordon Fulton Nixon, an individual Decision 5624 Faust Ave. Woodland Hills, CA 91367 CSLB# 796802

Neris General Contractors, a California Corporation 2/28/14 through 2/27/17 Efren Neri, an individual Decision Servando Neri, an individual https://www.dir.ca.gov/dlse/debar.html 5/11 5/8/2019 Public Works Rebeca Neri, an individual Luis Abelardo Castro, an individual 6087 California Ave. Long Beach, CA 90805 CSLB# 797967

Southland Construction 10/14/14 through 10/13/17 Reza Mohammedi, an individual Decision 3943 Irvine Blvd., #405, Irvine, CA 92602 CSLB# 663784 (expired)

National Drywall Corporation, 8/4/14 through 8/3/17 A Dissolved California Corporation Decision 603 S. Milliken Avenue, Suite F Ontario, CA 91761 CSLB #834335

Miguel Contreras, an Individual and Responsible Managing Oicer/CEO/President

Dora Maria Contreras, an Individual and Agent/Oicer of the Corporation

Tadros & Youssef Construction, Inc. 5/10/14 through 5/9/17 Kamel Shaker Tadros & Makram Youssef Youssef, Individually Decision 1221 E 8th Street, Unit A, Upland, CA 91786

CSLB# 698182 (expired)

Serenity Fire Protection 5/1/14 through 4/30/17 417 S. Associated Road, Brea, CA 92821 Decision

CSLB# 902927

Don Kelly Construction , Inc. 3/25/14 through 3/24/17 Don Kelly, Individual and Lisa Kelly, Individual Decision 171 Northview Ridge Lane, P.O. Box 10760, Bozeman, MT 59719

Aldan, Inc. 2/28/14 through 2/27/17 P.O. Box 9428, Brea, CA 92822 Decision https://www.dir.ca.gov/dlse/debar.html 6/11 5/8/2019 Public Works CSLB #949229

Russell/Thompson, Inc. 10/31/13 through 10/31/16 James Jean Russell & Valery Alena Thompson, Individually Decision 4684 Oak Glen Dr., Redding, CA 96001

CSLB# 915036 (revoked)

Ayodejia A. Ogundare, Individual 5/15/2013 through 5/15/2014 Dba Pacific Engineering Company Decision 6310 Stewart Way, Bakersfield, CA 93308

CLSB#710322

Wallcrete Industries, Inc.; Garit David 7/29/12 through 7/28/15 Wallace and Amber Anderson, Individuals Decision 400 Kansas, Redlands, CA 92373

CSLB#834220

FEI Enterprises, Inc 6/14/12 through 6/13/15 Gabriel Fedida, Individual Decision 5749 Venice Blvd., Los Angeles, CA 90019

CSLB#659252

Jerey Alan Mott and Michelle Mott, individuals 3/29/12 through 3/28/15 Dda Integrity Landscape Decision 3756 Independence Avenue Sanger, CA 93637 CSLB#774222

Jensen Drywall & Stucco 3/31/11 through 3/30/13 Jerey E. Jensen Decision 3714 Lynda Place National City, CA 91950-8121 CSB # 664168 Exp. 2/18/11 (expired)

All West Construction, Inc. 3/31/11 through 3/30/13 https://www.dir.ca.gov/dlse/debar.html 7/11 5/8/2019 Public Works Donald Kent Russell Decision 495 N. Marks Ave. Fresno, CA 93706 CSB # 592321 Exp. 4/3/12 (suspended)

Country Builders, Inc. 3/1/11 through 2/28/14 Weldon Oill, individually Decision 5915 Graham Ct. Addendum Livermore, CA 94550 CSB # 699574 Exp. 11/30/12 (active)

Sutter Foam & Coating, Inc. 7/1/10 through 6/30/13 909 A. George Washington Decision Yuba City, CA 95993 CSB # 732014 Exp. 1/31/09 (inactive)

David Alvin Trexler, an individual 909 A. George Washington Yuba City, CA 95993

Kenneth A. Trexler, an individual 2603 Lago Lane Marysville, CA 95901

Soo Dong Kim, an individual, 4/19/10 through 4/18/13 dba Soo Kim Electric Company Decision 16224 Ridgeview Lane La Mirada, CA 90638 CSB # 568103 Exp. 8/1/09 (inactive)

Hyo Nam Jung, an individual, dba Lucid Electric 18621 Well Street Rowland Heights, CA 91748 CSB # 914692 Exp. 4/3/10

Southwest Grading, 3/18/10 through 3/17/13 dba Southwest Grading Services, Inc., Decision 22031 Waite Street Wildomar, CA 92595

David Walter Cholewinski, an individual 22031 Waite Street https://www.dir.ca.gov/dlse/debar.html 8/11 5/8/2019 Public Works Wildomar, A 92595 29970 Technology Drive, Ste. 205 Murrieta, CA 92563 CSB #840416 Exp. 6/30/10

S.J. Cimino Electric, Inc., a California corporation, 10/15/09 through 10/14/12 3267 Dutton Ave. Decision Santa Rosa, CA 95404 Salvatore Joseph Cimino, RMO, CEO and President of S.J. Cimino Electric, Inc. and sole owner of S.J. Cimino Electric, an individual 5825 Heights Rd. Santa Rosa, CA 95401 CSB #343802 Exp. 2/28/10 CSB #294141 Exp. 9/30/13 (inactive)

Cedar Development Corporation 8/5/09 through 8/4/12 Serghon Gabriel Afram, individually Decision 12477 Feather Dr Mira Loma, CA 91752 CSB # 839898 Exp. 6/30/10 (suspended)

All Floors Commercial and Residential Flooring, Inc. 5/14/09 through 5/13/12 Salvador Elias Perea, individually Decision 750 E. McGlincy Lane, #103 Campbell, CA 95008 CSB #430969 Exp. 7/31/09

1-AMD Construction, Inc. 3/16/09 through 3/15/12 Alberto Mordoki, individually Decision> Mirella Mordoki, individually 5300 Beach Blvd., Suite 110-416 Buena Park, CA 90621 CSB #787533, revoked

June 2018

https://www.dir.ca.gov/dlse/debar.html 9/11