YES, we received Addendum No. 1

Size: px
Start display at page:

Download "YES, we received Addendum No. 1"

Transcription

1 TRANSMITTAL SHEET Date sent: Friday, March 21, 2014 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering CONFIRMATION OF RECEIPT OF ADDENDUM PROJECT: CHURCH ROAD IMPROVEMENTS PROJECT, Federal Aid No. STPUS-8033(001) Please complete the following form and fax or back to Reichhardt & Ebe Engineering, Inc or as soon as possible. Have you received Addendum No. 1 for the above-mentioned project? YES, we received Addendum No. 1 Signed: Dated: Company name (Please Print): Please fax back to Reichhardt & Ebe Engineering, Inc. at or back to smartin@recivil.com Lynden P.O. Box Front Street, Lynden WA Sedro-Woolley Metcalf Street, Sedro-Woolley WA

2

3 ADDENDUM NO. 1 To the Contract Provisions for CITY OF FERNDALE, WASHINGTON CHURCH ROAD IMPROVEMENTS PROJECT Federal Aid No. STPUS-8033(001) ITEM 1 The Bid Proposal Form is replaced in its entirety with the attached REVISED BID PROPOSAL FORM. Only bids submitted on the REVISED BID PROPOSAL FORM will be considered responsive. Bid Proposal Form, ITEM NO. 24, Asphalt Cost Price Adjustment', a calc. number has been entered. Bid Proposal Form, ITEM NO. 31, Permanent Erosion Control Blanket' has been revised to read 'Temporary Erosion Control Blanket' and the quantity has been reduced as the limits for this item have been reduced. Bid Proposal Form, ITEM NO. 42A, Composite Fence' has been added to the Bid Proposal Form. Bid Proposal Form, ITEM NO. 47, Mailbox Support Type 1', the quantity has been reduced. Bid Proposal Form, ITEM NO. 47A, Mailbox Support Type 2' has been added to the Bid Proposal Form. Bid Proposal Form, ITEM NO. 51A, Plastic Traffic Letter' has been added to the Bid Proposal Form. Bid Proposal Form, ITEM NO. 56A, Streambed Cobbles' has been added to the Bid Proposal Form. Bid Proposal Form, ITEM NO. 62, Gravel Base', the specification reference has been corrected. Bid Proposal Form, ITEM NO. 64, Corrugated Poly Storm Sewer Pipe, 8 In. Diam.', the quantity has been increased. Bid Proposal Form, ITEM NO. 65A, Ductile Iron Storm Sewer Pipe 8 In. Diam.' has been added to the Bid Proposal Form. Bid Proposal Form, ITEM NO. 67, Corrugated Poly Storm Sewer Pipe, 18 In. Diam.', the quantity has been decreased. Bid Proposal Form, ITEM NO. 68, Testing Storm Sewer Pipe', the quantity has been decreased. Bid Proposal Form, ITEM NO. 69, Concrete Inlet', the quantity has been increased. P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

4 Bid Proposal Form, ITEM NO. 88A, Adjustment to Finished Grade' has been added to the Bid Proposal Form. Bid Proposal Form, ITEM NO. 102, Gravel Base', the specification reference has been corrected. Bid Proposal Form, ITEM NO. 114, Tapping Sleeve and Gate Valve Assembly, 10 In. x 8 In.', the quantity has been increased. Bid Proposal Form, ITEM NO. 117, Service Connection 1 In. Diam.', the quantity has been increased. Bid Proposal Form, ITEM NO. 118A, Pressure Reducing Valve (PRV)' has been added to the Bid Proposal Form. ITEM 2 The attached 'STATEMENT OF BIDDER'S QUALIFICATIONS' form is added to the Contract Documents. ITEM 3 Contract Plans Point of Clarification. "All existing Central City Water Association (CCWA) watermains are Asbestos Cement (AC)" The proposed 12" PVC sanitary sewer between approximately STA 2+00 to STA will be shifted 1 foot west from what is shown in the current Plans. ITEM 4 Plan Sheets Point of Clarification. Where the cross sections do not show a match line, this is where a side street is located. See Intersection Profile Plans for match lines. ITEM 5 Plan Sheet 62 Note No. 3 on Drawing W-1, Fire Hydrant Assembly is revised to read: (3) Hydrants to be M&H Model 929. P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

5 ITEM 6 Plan Sheets The proposed erosion control blanket will only be placed between STA 2+00 LT to LT and STA 2+00 RT to RT. ITEM 7 The following Plan Sheets are replaced. A summary of the changes are as follow: Plan Sheet 1. The Sheet Index has been corrected and an additional sheet added as noted. Plan Sheet 14. The viewport has been extended westerly and 'REMOVE STUMPS' has been added as noted. Plan Sheet 15. 'REMOVE STUMPS' has been added as noted. Plan Sheet 19. Labels to S4 have been added as noted. Plan Sheet 20. Sewer approximately STA LT is deleted as noted. Plan Sheet 23. Sewer stub extended to ROW as noted. Plan Sheet 24. Sewer stub changed from 6" to 8" as noted. Plan Sheet 25. 1" service connections added, 1" service connections and intertie between CCWA and City water main have been modified as noted. Plan Sheet 26. 1" service connections and intertie between CCWA and City water main have been modified as noted. Missing labels have been added. Plan Sheet 27. Water main stub added, water approx deleted as it was incorrect, 1" Service connections added, and intertie between CCWA and City water main have been modified as noted. Plan Sheet 30. Missing pipe labels added and additional SD pipes and basins were added/modified as noted. Plan Sheet 31. SD pipe layout modified and labels added as noted. Plan Sheet 32. Missing labels have been added as noted. Plan Sheet " SD layout revised to reflect existing conditions and the amount of 18" SD pipe has been reduced. Labels added as noted. Plan Sheet 63. New detail sheet added. Plan Sheet 64. This plan sheet was previously numbered 63. Typical street section titles have been corrected. ITEM 8 The attached: Typical Sign Detail Typical 2" Water Service Detail 2" Concrete Meter Box Detail P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

6 Sign Schedule Trex Fence Detail Sheets are added to the Contract Documents. ITEM 9 The attached federal wage rates are added to the Contract Documents. The federal wage rates have been updated since the bid date. ITEM (1) Construction Under Traffic Section (1) is supplemented with the following: Ferndale School District (FSD) busses will be utilizing Church Road as noted in the schedule below. The FSD busses shall be allowed pass through the Work with the least possible in inconvenience or delay. ITEM Prosecution of Work Order of Work Section is supplemented with the following: Service Connection The existing 6" CCWA AC watermain and the existing services to the 6" CCWA AC watermain shall not be abandoned until the new services are installed to the existing City watermain. ITEM Description Page 247, lines are revised to read: All thrust blocks shall be installed per details shown on the plans and inspected by the Engineer prior to backfilling. All bends shall include a thrust block per the details or as indicated on the Plans. Thrust blocks may be substituted with restrained joints at the discretion of the Contractor. The Contractor shall submit detailed sketches and plans of the proposed restrained joints to the P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

7 Engineer for approval not less than one week prior to the expected construction. The costs for thrust blocks or restrained joints shall be incidental to other items of work. No additional payment shall be made should the Contractor choose to substitute restrained joints for thrust blocks ITEM Materials Section is supplemented with the following: Hydrants shall be painted "safety yellow." ITEM Payment Page 252, lines are revised to read: The unit contract price per each for "Hydrant Assembly" shall be full compensation for all costs for labor, material, and equipment to install spool fittings, Storz Adapter, restraints, thrust blocks, auxiliary gate valve, shackles, tie rods, concrete blocks, painting required for the complete installation of the hydrant assembly as specified, lateral tee and 6 ductile iron watermain to hydrant, hydrant, and blue raised pavement marker. ITEM Description Page 252, lines are revised to read: This work consists of installing new service connections, pressure reducing valves (PRV), replacing existing services, and abandoning existing water service connections as shown on the Plans or at the direction of the Engineer. ITEM Construction Requirements Page 253, line 18 is revised to read: location. The Contractor shall provide and install a new meter setter, and meter box ITEM Measurement Section is supplemented with the following: Pressure Reducing Valves (PRV) will be measured per each of pressure reducing valve installed. P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

8 ITEM Payment Page 254, lines are revised to read: The unit contract price per each for "Service Connection, In. Diam." and "Pressure Reducing Valve (PRV)" shall be full pay for all work to install the meter boxes, meter setter, gate valve, service connection, including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing and disinfection of the service connection, and other appurtenances to the location shown on the plans. ITEM Measurement Page 255, line 29 is deleted. ITEM Measurement Page 260, lines are revised to read: No separate measurement will be made for topsoil, composted mulch, water and fertilizer, and binding agent, where applied for Seeded Lawn Installation. ITEM Chain Link Fence and Wire Fence Description The first sentence is revised to read: This Work consists of furnishing and constructing composite fence, chain link fence and wire fence of the types specified in accordance with the Plans, these Specifications, and the Standard Plans at the locations shown in the Plans and in conformity with the lines as staked Materials Section is supplemented with the following: Materials shall meet the requirements of the following sections: Composite Fence Trex Seclusions, Saddle Color Construction Requirements Section is supplemented with the following: Composite fence shall be installed in accordance with the manufacturer's requirements. P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

9 Measurement Section is supplemented with the following: Composite fence will be measured by the linear foot of completed fence, along the ground line, exclusive of openings and shall include end, gate, corner, and posts furnished and installed complete in place Payment Section is supplemented with the following: Composite Fence", per linear foot. The unit Contract price per linear foot for Composite Fence shall be full compensation for brace post installation, end, gate, corner, and post, clearing of fence line, and all other requirements of Section ITEM 22 The following new Section is created: 8-33 STREAMBED COBBLES Description This work consists of installation of all streambed cobbles as shown on the Plans Construction Requirements Streambed cobbles shall be installed to the extents shown on the Plans. The finished grade of the streambed cobbles shall match the final slope shown on the Plans Measurement Streambed Cobbles" will be measured by the cubic yard of streambed cobbles actually placed Payment Payment shall include all labor and materials for furnishing, hauling, and placing streambed cobbles and in accordance with the plans and specifications. Streambed Cobbles, per cubic yard. The contract unit price for Streambed Cobbles shall be full compensation for all labor, materials, and equipment necessary to complete the work as specified, including any necessary grading required to place material, to the satisfaction of the engineer. P:\Projects\ \5. Addendums\Add1\ADDENDUM NO1.docx

10 BID PROPOSAL FORM City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL SCHEDULE A - CIVIL ITEMS 1 1 MOBILIZATION LUMP 1-09 SUM per LS 2 1 SPCC PLAN LUMP 1-07 SUM per LS 3 5,000 FLAGGERS AND SPOTTERS HOUR 1-10 per HR OTHER TRAFFIC CONTROL LABOR HOUR 1-10 per HR 5 1 TRAFFIC CONTROL SIGNS AND DEVICES LUMP 1-10 SUM 6 1 CLEARING AND GRUBBING LUMP 2-01 SUM per LS per LS 7 1 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LUMP 2-02 SUM per LS 8 4,000 SAWCUT ACP LINEAR 2-02 FOOT-INCH per LF-IN 7

11 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 9 1,200 SAWCUT PCC LINEAR 2-02 FOOT-INCH per LF-IN REMOVING DRAINAGE STRUCTURES EACH 2-02 per EA 11 12,800 ROADWAY EXCAVATION INCLUDING HAUL CUBIC 2-03 YARD EMBANKMENT COMPACTION CUBIC 2-03 YARD per CY per CY UNSUITABLE FOUNDATION EXCAVATION, INCL. HAUL CUBIC 2-03 YARD per CY WATER M. Gal 2-07 M. Gal STRUCTURE EXCAVATION CL A INCLUDING HAUL CUBIC 2-09 YARD per CY 16 1 SHORING OR EXTRA EXCAVATION CLASS A LUMP 2-09 SUM per LS 17 18,000 CONSTRUCTION GEOTEXTILE FOR SUBGRADE SEPARATION SQUARE 2-12 YARD per SY 8

12 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 18 21,000 GRAVEL BASE TON 4-02 per TON 19 2,500 CRUSHED SURFACING TOP COURSE INCLUDING HAUL TON 4-04 per TON PLANING BITUMINOUS PAVEMENT SQUARE 5-04 YARD per SY 21 6,000 HMA CLASS 1/2" PG TON 5-04 per TON 22 1 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 5-04 $ - $ - CALC 23 1 COMPACTION PRICE ADJUSTMENT CALC 5-04 $ - $ - CALC 24 1 ASPHALT COST PRICE ADJUSTMENT CALC 5-04 $ 15, $ 15, CALC 25 1,450 TYPE "A" MONOLITHIC RETAINING WALL SQUARE 6-02 FOOT per SF GRAVEL BACKFILL FOR WALL CUBIC 6-02 YARD per CY 9

13 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL STRUCTURAL EARTH WALL, KEYSTONE, GRAVITY COMPAC SQUARE 6-13 FOOT per SF STRUCTURAL EARTH WALL, KEYSTONE, REINFORCED COMPAC SQUARE 6-13 FOOT per SF 29 1 EROSION/WATER POLLUTION CONTROL FORCE 8-01 ACCOUNT 30 1 ESC LEAD LUMP 8-01 SUM 31 3,500 TEMPORARY EROSION CONTROL BLANKET SQUARE 8-01 YARD STABILIZED CONSTRUCTION ENTRANCE SQUARE 8-01 YARD 33 3,300 SILT FENCE LINEAR 8-01 FOOT $ 20, $ 20, FA per LS per SY per SY per LF STREET CLEANING HOUR 8-01 per HR INLET PROTECTION EACH 8-01 per EA 10

14 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 36 1 SWPP PLAN PREPARATION LUMP 8-01 SUM 37 4,500 SEEDED LAWN INSTALLATION SQUARE 8-02 YARD 38 1 LANDSCAPE RESTORATION FORCE 8-02 ACCOUNT 39 7,255 CEMENT CONCRETE CURB AND GUTTER LINEAR 8-04 FOOT per LS per SY $ 30, $ 30, FA per LF 40 1,675 CEMENT CONC. DRIVEWAY ENTRANCE 6 IN. THICK SQUARE 8-06 YARD per SY RAISED PAVEMENT MARKERS, TYPE 1 HUND RAISED PAVEMENT MARKERS, TYPE 2 HUND 8-09 per HUND per HUND 42A 144 COMPOSITE FENCE LINEAR 8-12 FOOT 43 2,100 CEMENT CONCRETE SIDEWALK SQUARE 8-14 YARD per LF per SY 11

15 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL CEMENT CONCRETE SIDEWALK WITH RAISED EDGE SQUARE 8-14 YARD per SY CEMENT CONC. CURB RAMP TYPE PARALLEL A EACH 8-14 per EA REINFORCED CEMENT CONCRETE SIDEWALK, 6 IN. THICK SQUARE 8-14 YARD per SY MAILBOX SUPPORT TYPE 1 EACH 8-18 per EA 47A 6 MAILBOX SUPPORT TYPE 2 EACH 18-Aug per EA 48 1 PERMANENT SIGNING LUMP 8-21 SUM PLASTIC CROSSWALK LINE SQUARE 8-22 FOOT PLASTIC STOP LINE SQUARE 8-22 FOOT per LS per SF per SF 51 1 PLASTIC TRAFFIC ARROW EACH 8-22 per EA 12

16 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 51A 14 PLASTIC TRAFFIC LETTER EACH 8-22 per EA 52 6,900 PAINT LINE LINEAR 8-22 FOOT per LF PAINTED WIDE LINE LINEAR 8-22 FOOT per LF POTHOLE EXISTING UNDERGROUND UTILITY EACH 8-30 per EA 55 1 REPAIR EX. PUBLIC & PRIVATE FACILITIES FORCE 8-31 ACCOUNT 56 1 UNANTICIPATED SITE WORK FORCE 8-32 ACCOUNT 56A 20 STREAMBED COBBLES CUBIC 8-33 YARD $20, $20, FA $50, $50, FA per CY TOTAL SCHEDULE A $ 13

17 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL SCHEDULE B - STORM DRAIN ITEMS 57 1 MOBILIZATION LUMP 1-09 SUM per LS FLAGGERS AND SPOTTERS HOUR 1-10 per HR OTHER TRAFFIC CONTROL LABOR HOUR 1-10 per HR 60 2,000 STRUCTURE EXCAVATION CLASS B INCL. HAUL CUBIC 2-09 YARD 61 16,000 SHORING OR EXTRA EXCAVATION CLASS B SQUARE 2-09 FOOT per CY per SF 62 1,500 GRAVEL BASE TON 4-02 per TON CORRUGATED POLY STORM SEWER PIPE, 6 IN. DIAM. LINEAR 7-04 FOOT per LF CORRUGATED POLY STORM SEWER PIPE, 8 IN. DIAM. LINEAR 7-04 FOOT per LF CORRUGATED POLY STORM SEWER PIPE, 12 IN. DIAM. LINEAR 7-04 FOOT per LF 14

18 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 65A 68 DUCTILE IRON STORM SEWER PIPE 8 IN. DIAM LINEAR 7-04 FOOT DUCTILE IRON STORM SEWER PIPE 12 IN. DIAM. LINEAR 7-04 FOOT per LF per LF 67 3,330 CORRUGATED POLY STORM SEWER PIPE, 18 IN. DIAM. LINEAR 7-04 FOOT per LF 68 3,330 TESTING STORM SEWER PIPE LINEAR 7-04 FOOT per LF 69 6 CONCRETE INLET EACH 7-05 per EA CATCH BASIN TYPE 1 EACH 7-05 per EA CATCH BASIN TYPE IL EACH 7-05 per EA 72 4 CATCH BASIN TYPE II, 48 IN. DIAM. EACH 7-05 per EA 73 1 ADJUSTMENT TO FINISHED GRADE LUMP 7-05 SUM per LS 15

19 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL REMOVAL OF UNSUITABLE MATERIAL INCL. HAUL CUBIC 7-08 YARD per CY QUARRY SPALLS TON POTHOLE EXISTING UNDERGROUND UTILITY EACH 8-30 per TON per EA $ 77 1 REPAIR EXISTING PUBLIC AND PRIVATE FACILITIES FORCE 8-31 ACCOUNT $ 5, $ 5, FA 78 1 UNANTICIPATED SITE WORK FORCE 8-32 ACCOUNT $ 12, $ 12, FA TOTAL SCHEDULE B $ 16

20 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL SCHEDULE C - SANITARY SEWER ITEMS 79 1 MOBILIZATION LUMP 1-09 SUM per LS FLAGGERS AND SPOTTERS HOUR 1-10 per HR OTHER TRAFFIC CONTROL LABOR HOUR 1-10 per HR 82 2,200 STRUCTURE EXCAVATION CL B INCL. HAUL CUBIC 2-09 YARD 83 15,000 SHORING OR EXTRA EXCAVATION CL B SQUARE 2-09 FOOT per CY per SF 84 3,200 GRAVEL BASE TON 4-02 per TON SOLID LOCKING RING & COVER EACH 7-05 per EA MANHOLE 48 IN. DIAM. TYPE 1 EACH 7-05 per EA 87 1 MANHOLE 54 IN. DIAM. TYPE 1 EACH 7-05 per EA 17

21 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 88 1 DROP MANHOLE CONNECTION EACH A 1 ADJUSTMENT TO FINISH GRADE LUMP 7-05 SUM per EA per LS REMOVAL OF UNSUITABLE MATERIAL INCL. HAUL CUBIC 7-08 YARD per CY PVC SANITARY SEWER PIPE, 6 IN. DIAM. LINEAR 7-17 FOOT 91 1,020 PVC SANITARY SEWER PIPE, 8 IN. DIAM. LINEAR 7-17 FOOT 92 1,350 PVC SANITARY SEWER PIPE, 12 IN. DIAM. LINEAR 7-17 FOOT QUARRY SPALLS TON POTHOLE EXISTING UNDERGROUND UTILITY EACH 8-30 per LF per LF per TON per EA 18

22 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL 95 1 REPAIR EXISTING PUBLIC AND PRIVATE FACILITIES FORCE 8-31 ACCOUNT $ 5, $ 5, FA 96 1 UNANTICIPATED SITE WORK FORCE 8-32 ACCOUNT $ 12, $ 12, FA SUBTOTAL SCHEDULE C $ Sales 8.7% (Schedule C) $ TOTAL SCHEDULE C (Including Sales Tax) $ 19

23 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL SCHEDULE D - WATER MAIN ITEMS 97 1 MOBILIZATION LUMP 1-09 SUM per LS FLAGGERS AND SPOTTERS HOUR 1-10 per HR OTHER TRAFFIC CONTROL LABOR HOUR 1-10 per HR ABANDONMENT OF ASBESTOS CEMENT WATER MAIN FORCE 2-02 ACCOUNT $5, $5, FA 101 2,500 SHORING OR EXTRA EXCAVATION CL B SQUARE 2-09 FOOT per SF GRAVEL BASE TON 4-02 per TON CONTROLLED DENSITY FILL CUBIC 2-09 YARD ADJUSTMENT TO FINISHED GRADE LUMP 7-05 SUM per CY per LS 20

24 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL REMOVAL OF UNSUITABLE MATERIAL INCL. HAUL CUBIC 7-08 YARD per CY D.I. PIPE FOR WATERMAIN 6 IN. DIAM. LINEAR 7-09 FOOT D.I. PIPE FOR WATERMAIN 8 IN DIAM LINEAR 7-09 FOOT per LF per LF CONNECT TO EXISTING AC WATERMAIN 6 IN DIAM. EACH 7-09 per EA CONNECT TO EXISTING AC WATERMAIN 8 IN. DIAM. EACH 7-09 per EA STOVEPIPE WATERMAIN, 8 IN. DIAM. EACH BLOWOFF ASSEMBLY EACH TESTING WATERMAIN LUMP 7-09 SUM EXTRA TRENCH EXCAVATION CUBIC 7-09 YARD per EA per EA per LS per CY TAPPING SLEEVE AND GATE VALVE ASSEMBLY, 10 IN. X 8 IN. EACH 7-12 per EA 21

25 City of Ferndale Church Road Improvements Project ADDENDUM No. 1 ( ) SECTION REFERENCE ITEM QUANTITY NO. DESCRIPTION UNIT PRICE TOTAL TAPPING SLEEVE AND GATE VALVE ASSEMBLY, 12 IN. X 8 IN. EACH 7-12 per EA HYDRANT ASSEMBLY EACH SERVICE CONNECTION 1 IN. DIAM. EACH SERVICE CONNECTION 2 IN. DIAM. EACH A 1 PRESSURE REDUCING VALVE (PRV) EACH QUARRY SPALLS TON POTHOLE EXISTING UNDERGROUND UTILITY EACH 8-30 per EA per EA per EA per EA per TON per EA REPAIR EXISTING PUBLIC AND PRIVATE FACILITIES FORCE 8-31 ACCOUNT $5, $5, FA UNANTICIPATED SITE WORK FORCE 8-32 ACCOUNT $7, $7, FA SUBTOTAL SCHEDULE D $ Sales 8.7% (Schedule D) $ TOTAL SCHEDULE D (Including Sales Tax) $ TOTAL SCHEDULE A, B, C, D $ (INCLUDING SALES TAX) 22

26 STATEMENT OF BIDDER'S QUALIFICATIONS The apparent three lowest bidder(s) shall submit information requested within this section documenting adherence to the criteria within 24 hours of the Bid Opening. Withholding information or failure to submit all the information requested within the time frame provided shall render the bid non-responsive. Each Contractor shall prepare and submit information demonstrating that it has successfully performed projects similar in scope to the Church Road Project. In evaluating whether a listed project was successfully performed, the Contracting Agency may communicate with other current or prior owners and other participants in order to assess the Contractor s (or its affiliate s) performance in the following categories: Use of skilled workers, appropriate equipment, and proper quality control Timeliness of performance Management of project communications (e.g., submittals, RFIs, change proposals) Compliance with project rules and requirements (e.g., safety, housekeeping) Close-out (prompt resolution of punch list items and prompt delivery of documents due upon completion) Prompt resolution of claim issues (no large end-of-project claims) Information collected from owners and other participants on other public works projects will be used to evaluate the Contractor s performance. Failure to satisfactorily meet the criteria shall be considered evidence of non-responsibility, unless there are extenuating circumstances acceptable to the Contracting Agency. Contracting Agency may check references by contacting owners and architect/engineer of previous projects on Contractor s performance over the past five (5) years. On average, such references shall be satisfactory or better on a five-category scale with satisfactory at mid-scale. A score sheet is attached for reference and will be utilized for rating completed projects of similar scope and value. Contractors shall provide the following information: 1. Firm Name of Contractor 2. Business Address 3. General character of work performed by Contractor 4. Number of years has the Contractor been engaged in the contracting business under the present firm name 5. Contracts now in hand. Gross Amount $ 6. Total number of employees currently employed by Contractor: Full time Part time 7. Bank references, including the name of the bank, address, and contact person. 8. Department of Labor and Industries Workmen's Comp. No. P:\Projects\ \5. Addendums\Add1\Bidder_Qual\Statement of Bidder Qualifications_Fin.docx

27 9. Name of bonding company. Indicate whether the Bidder has changed bonding companies within the last three years. List previous bonding companies. 10. Has the Contractor ever been sued by the Contracting Agency of a municipal public works project on which the Contractor was the prime Contractor? If yes, please list the Contracting Agency and contact name. 11. A company resume outlining work performed by the firm in the last (5) years. 12. A list of projects successfully performed in the last five years meeting the scope elements listed below*: Reconstructing and widening roadway in an urban setting. Installing 18" diameter, or larger diameter, storm pipe. Installing sanitary sewer pipe at a depth of 8 or deeper. For each project listed, provide the project name, owner or agency name, total contract amount ($) and portion of which the Contractor was responsible for ($). *The Contractor may submit multiple projects each demonstrating individual elements so long as the sum of the project demonstrates all of the elements listed. The project(s) identified to demonstrate experience with each element must contain scope for that element similar to or larger than the scale of the work required in these bid documents. 13. An equipment list with make, model and hours/mileage for each owned by the Contractor. Indicate which equipment the Contractor plans on utilizing for this project and list any proposed rental equipment for use on this project. 14. Names and titles for the project superintendent(s) and project manager(s) that you plan to employ for this project. Submit resumes and references for each person listed above, including how many years they have worked for the Contractor. (Firm Name of Contractor) (Signature of Contractor) (Title) (Telephone Number) P:\Projects\ \5. Addendums\Add1\Bidder_Qual\Statement of Bidder Qualifications_Fin.docx

28 BIDDER REFERENCE SCORE SHEET Name of Project: Project Number: Date of Bid Opening: Contractor Name: Reference Contract Name: Date Completed: Contact Name: Ranking Criteria/Score 1) Use of skilled workers, appropriate equipment, and proper quality control (circle one): (unacceptable) (satisfactory) (excellent) Comments: 2) Timeliness of performance (circle one): (unacceptable) (satisfactory) (excellent) Comments: 3) Management of project communications (e.g., submittals, RFIs, change proposals) (circle one): (unacceptable) (satisfactory) (excellent)

29 Comments: 4) Compliance with project rules and requirements (e.g., safety, housekeeping) (circle one): (unacceptable) (satisfactory) (excellent) Comments: 5) Close-out (prompt resolution of punch list items and prompt delivery of documents due upon completion) (circle one): (unacceptable) (satisfactory) (excellent) Comments: 6) Prompt resolution of claim issues (no large end-of-project claims) (circle one): (unacceptable) (satisfactory) (excellent) Comments:

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49 SIGN SCHEDULE CHURCH ROAD IMPROVEMENS PROJECT FED AID NO. STPUS-8033(001) EXISTING LOCATION NEW LOCATION SIGN TYPE SIGN SIZE (INCHES) DESCRIPTION SHEETING TYPE (Background) SHEETING TYPE (Legend & Border) , 11.62' R , 19.0' R R X 30 SPEED LIMIT 25 IV n/a ST-2 NEW SIGN AND POST , 16.99' L 4+75, 19.0' L W3-1A 30 X 30 STOP SIGN AHEAD IV n/a ST-2 NEW SIGN AND POST , 23.77' L , 34.96' L R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 34.96' L D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 34.96' L D3-101 PER DETAIL "Norway Dr" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 11.36' R 12 X 30 BUS SIGN n/a n/a REMOVE , 69.85' L , 69.85' L W X 30 DEAD END SIGN IV n/a ST-2 NEW SIGN AND POST 10+38, 69.60' R , 65.39' R W X 30 DEAD END SIGN IV n/a ST-2 NEW SIGN AND POST , 50.56' R , 67.71' R 48 X 36 "Ferndale Montessori School 5786 Church Rd." n/a n/a ST-2 RELOCATE EXISTING; MOUNT ON NEW POST , 30.02' R , 30.0' R R X 30 STOP SIGN IV n/a ST-2 NEW SIGN AND POST; REMOUNT EXISTING ADDRESS SIGNS , 23.39' R , 40.0' R R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 40.0' R D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 40.0' R D3-101 PER DETAIL "Heights Dr" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 18.93' R 12 X 30 BUS SIGN n/a n/a REMOVE AND RELOCATE SIGN AND POST , 26.53' R 73 X 68 X 12 "SCENIC HEIGHTS" - PLAT SIGN n/a n/a BRICK SIGN WITH WOOD INSERT; PRESERVE , 30.92' R , 40.52' R R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 40.52' R D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 40.52' R D3-101 PER DETAIL "Crestline St" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 38.42' R 12 X 30 BUS SIGN n/a n/a INSTALL RELOCATED SIGN AND POST 23+00, 19.0' L R X 30 SPEED LIMIT 25 IV n/a ST-2 NEW SIGN AND POST , 34.47' R , 46.06' R W X 30 DEAD END SIGN IV n/a ST-2 NEW SIGN AND POST , 22.53' R , 35.0' R R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 35.0' R D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 35.0' R D3-101 PER DETAIL "Hilltop Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 25.98' L , 34.96' L R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 34.96' L D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 34.96' L D3-101 PER DETAIL "Crescent St" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 47.26' L 18 X 24 NEIGHBORHOOD WATCH n/a n/a PRESERVE , 91.93' L 24 X 24 "NO THROUGH TRAFFIC" n/a n/a PRESERVE , 13.83' R , 19.0' R R X 30 SPEED LIMIT 25 IV n/a ST-2 NEW SIGN AND POST , 44.31' L , 44.31' L R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 44.31' L D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 44.31' L D3-101 PER DETAIL "Lakeridge Dr" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 30.06' R , 40.87' R R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 40.87' R D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 40.87' R D3-101 PER DETAIL "South Bakerview Park Dr" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 17.97' R , 38.22' R 12 X 30 BUS SIGN n/a n/a REMOVE AND RELOCATE SIGN AND POST , 18.93' R , 35.97' R R X 30 STOP SIGN/STREET NAME IV n/a ST-2 NEW SIGN AND POST , 35.97' R D3-101 PER DETAIL "Church Rd" IV VIII ST-2 MOUNT ABOVE STOP SIGN , 35.97' R D3-101 PER DETAIL "Heather Dr" IV VIII ST-2 MOUNT ABOVE STOP SIGN POST INFO REMARKS P:\Projects\07037\Engineering\07037SIGNSCHEDULE_CHURCH_FIN.xls

50

51 C D CDCO- REVISION HISTORY CDCO NUMBER REV DESCRIPTION DRAWN APPR DATE CDCO " 73.5" 1.6" 2 30" MINIMUM OR TO FROST LINE CONCRETE 96" CENTER TO CENTER 12" DIAMETER HOLE 3 TITLE: X C UNLESS OTHERWISE SPECIFIED: DIMENSIONS ARE IN INCHES TOLERANCES DECIMALS ANGULAR.XX ±.01 ± 0.5.XXX ±.005 DO NOT SCALE DRAWING DRAWN X CHECKED DESIGN APPROVAL X X X DATE DATE DATE SIZE B SCALE Tre Company, Inc. DWG NO. 160 Exeter Drive Winchester, Virginia D SHEET OF REV

52 A B REVISION HISTORY CDCO NUMBER REV DESCRIPTION DRAWN APPR DATE CDCO- CDCO- NOTCH END PIECES AT THE TOP 7 FOR BRACKET 1 CLEARANCE x TYP. 2 4x x TYP AT 12 DIA. 3 3 THIS DRAWING IS THE PROPERTY TITLE OF THE TREX COMPANY, INC. AND MUST BE SURRENDERED UPON REQUEST. THE INFORMATION CONTAINED IN THIS DRAWING MAY NOT BE REPRODUCED WITHOUT WRITTEN PERMISSION FROM THE TREX COMPANY, INC. ANY HARD COPY OF THIS DRAWING MAY NOT BE CURRENT. VERIFY REVISION STATUS OF UNLESS OTHERWISE SPECIFIED: DIMENSIONS ARE IN INCHES TOLERANCES DECIMALS ANGULAR.XX ±.01 ± 0.5.XXX ±.005 DO NOT SCALE DRAWING DRAWN DATE CHECKED DATE SIZE Tre Company, Inc. DWG. NO. 160 Exeter Drive Winchester, Virginia REV ELECTRONIC DOCUMENT BEFORE USING. DESIGN APPROVAL DATE SCALE SHEET OF A B

53

54 P a g e 1 General Decision Number: WA /14/2014 WA1 Superseded General Decision Number: WA State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 01/03/ /17/ /24/ /07/ /21/ /14/2014 CARP /01/2013 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120 TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1:...$ GROUP 2:...$ GROUP 3:...$ GROUP 4:...$ GROUP 5:...$ GROUP 6...$ GROUP 7...$ GROUP 8...$ GROUP 9...$ WA Modification 5 Federal Wage Determinations for Highway Construction

55 P a g e 2 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1:...$ GROUP 2:...$ GROUP 3:...$ GROUP 4:...$ GROUP 5:...$ GROUP 6:...$ GROUP 7...$ GROUP 8...$ GROUP 9...$ CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE MILES FREE ZONE MILES $2.25/PER HOUR ZONE MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA Modification 5 Federal Wage Determinations for Highway Construction

56 P a g e 3 DEPTH PAY FOR DIVERS BELOW WATER SURFACE: feet $2.00 per foot feet $3.00 per foot feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line WA Modification 5 Federal Wage Determinations for Highway Construction

57 P a g e 4 CARP /01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS...$ DIVERS TENDERS...$ DIVERS...$ DRYWALL...$ MILLWRIGHTS...$ PILEDRIVERS...$ DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone Zone Zone Zone BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities WA Modification 5 Federal Wage Determinations for Highway Construction

58 P a g e 5 CARP /01/2012 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN),KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL...$ CARPENTERS...$ DIVERS TENDER...$ DIVERS...$ MILLWRIGHT AND MACHINE ERECTORS...$ PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING...$ (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0-25 radius miles Free radius miles $1.00/hour radius miles $1.15/hour radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0-25 radius miles Free radius miles $.70/hour Over 45 radius miles $1.50/hour WA Modification 5 Federal Wage Determinations for Highway Construction

59 P a g e 6 CARP /07/2012 Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS...$ CARPENTERS ON CREOSOTE MATERIAL...$ CARPENTERS...$ DIVERS TENDER...$ DIVERS...$ MILLWRIGHT AND MACHINE ERECTORS...$ PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING...$ (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0-25 radius miles Free radius miles $1.00/hour radius miles $1.15/hour radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0-25 radius miles Free radius miles $.70/hour Over 45 radius miles $1.50/hour WA Modification 5 Federal Wage Determinations for Highway Construction

60 P a g e ELEC /04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER...$ % ELECTRICIAN...$ % ELEC /01/2014 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: miles $1.50/hour Zone 2: miles $3.50/hour Zone 3: miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus ELEC /01/2014 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ ELEC /01/2013 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ WA Modification 5 Federal Wage Determinations for Highway Construction

61 P a g e 8 ELEC /01/2013 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ ELEC /01/2013 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ ELEC /01/2013 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ ELEC /01/2013 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER...$ ELECTRICIAN...$ WA Modification 5 Federal Wage Determinations for Highway Construction

62 P a g e 9 ENGI /01/2013 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group 1A...$ Group 1AA...$ Group 1AAA...$ Group 1...$ Group 2...$ Group 3...$ Group 4...$ Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA Modification 5 Federal Wage Determinations for Highway Construction

63 P a g e 10 GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator WA Modification 5 Federal Wage Determinations for Highway Construction

64 P a g e 11 Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $.70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima WA Modification 5 Federal Wage Determinations for Highway Construction

*Due to the shift of $1.00 from H&W to Pension below is the corrected rates for 6/1/17 APPENDIX 1

*Due to the shift of $1.00 from H&W to Pension below is the corrected rates for 6/1/17 APPENDIX 1 *Due to the shift of $1.00 from H&W to Pension below is the corrected rates for 6/1/17 APPENDIX 1 SCHEDULE A CLASSIFICATIONS AND WAGE SCALES On all work covered by this Agreement, and in all instances

More information

http://www.wdol.gov/wdol/scafiles/davisbacon/wa47.dvb Page 1 of 7 5/13/2013 General Decision Number: WA130047 04/26/2013 WA47 Superseded General Decision Number: WA20120047 State: Washington Construction

More information

P a g e 1. WA Modification 1 Federal Wage Determinations for Highway Construction. General Decision Number: WA /09/2015 WA1

P a g e 1. WA Modification 1 Federal Wage Determinations for Highway Construction. General Decision Number: WA /09/2015 WA1 P a g e 1 General Decision Number: WA150001 01/09/2015 WA1 Superseded General Decision Number: WA20140001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes

More information

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , ,

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , , 78th Avenue Eastl184th Street EastlCRP 5661 I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, March 3, 2017 County Engine (1 ) Active Construction

More information

WA Modification 9 Federal Wage Determinations for Highway Construction

WA Modification 9 Federal Wage Determinations for Highway Construction Page 1 Page 2 General Decision Number: WA160001 07/15/2016 WA1 Superseded General Decision Number: WA20150001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes

More information

DELETE first sentence of first paragraph that reads: REPLACE with the following:

DELETE first sentence of first paragraph that reads: REPLACE with the following: To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation

More information

SOUTH PILOT RAMP REHABILITATION PROJECT (RE-BID) SIA PROJECT # AIRPORT IMPROVEMENT PROGRAM (AIP) PROJECT No /54. Addendum No.

SOUTH PILOT RAMP REHABILITATION PROJECT (RE-BID) SIA PROJECT # AIRPORT IMPROVEMENT PROGRAM (AIP) PROJECT No /54. Addendum No. SOUTH PILOT RAMP REHABILITATION PROJECT (RE-BID) SIA PROJECT #15-41-1833 AIRPORT IMPROVEMENT PROGRAM (AIP) PROJECT No. 3-53-0072-53/54 Addendum No. 2 DATE OF ADDENDUM: September 1, 2016 The following changes,

More information

WA Plug-in Electric Vehicle Update through December 2018

WA Plug-in Electric Vehicle Update through December 2018 WA Plug-in Electric Vehicle Update through December 2018 For the past several years, WSDOT has provided a semi-annual update on the number of plug-in electric vehicles (PEV) registered in the state. Department

More information

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E Each bidder shall bid each item of the Base Bid Schedule and Alternate A Bid Schedule. Failure to bid an item shall be just cause

More information

T.A.T Minimum Wage Scale

T.A.T Minimum Wage Scale T.A.T Minimum Wage Scale General Construction: Construction projects that are funded by the Three Affiliated Tribes or an Enrolled member of the Fort Berthold Reservation. Rates Fringes Electrician $29.24

More information

STREET IMPROVEMENTS PROPOSAL BID ITEMS

STREET IMPROVEMENTS PROPOSAL BID ITEMS STREET IMPROVEMENTS 1 Excavation 3,525 CY $ $ 2 A.C. Planing (2" to 4" Depth) 20,586 SY $ $ 3 Furnish & Install Asphalt Concrete 4,270 TON $ $ 4 Furnish & Install Aggregate Base 2,955 TON $ $ 5 Remove

More information

Steese Rd - Curb & Sidewalk Improvement

Steese Rd - Curb & Sidewalk Improvement REF. NO. ITEM NO. Steese Rd - Curb & Sidewalk Improvement DESCRIPTION QTY UNITS UNIT COST SUB-TOTAL 1 103.05 Requirement of Contract Bid 1 LS 24,048.00 24,048.00 2 201 Clearing and Grubbing 1 LS 11,077.00

More information

Project Book Worksheet for Cost Estimation

Project Book Worksheet for Cost Estimation 001.01 MOBILIZATION LS $34,716.18 007 3/17/2039 001.02 INCIDENTAL LS $23,929.43 019 3/17/2039 001.03 CONSTRUCTION STAKING LS $10,504.39 201 5/9/2013 001.04 REESTABLISH PROPERTY CORNERS EA $496.08 201 5/9/2013

More information

State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone PO Box 44540, Olympia, WA

State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone PO Box 44540, Olympia, WA Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES

More information

All Users of the City of Denver Prevailing Wage Schedules

All Users of the City of Denver Prevailing Wage Schedules Career Service Authority Denver s Human Resource Agency 201 W. Colfax, Department 412 Denver, CO 80202 p: 720.913.5751 f: 720.913.5720 www.denvergov.org/csa TO: FROM: All Users of the City of Denver Prevailing

More information

General Decision Number: OR /06/2013 OR17. Superseded General Decision Number: OR State: Oregon. Construction Type: Residential

General Decision Number: OR /06/2013 OR17. Superseded General Decision Number: OR State: Oregon. Construction Type: Residential Page 1 of 7 > General Decision Number: OR130017 09/06/2013 OR17 Superseded General Decision Number: OR20120017 State: Oregon Construction Type: Residential County: Multnomah County in Oregon. RESIDENTIAL

More information

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures) BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes

More information

County Trade Job Classification Wage Holiday Overtime Notes

County Trade Job Classification Wage Holiday Overtime Notes County Trade Job Classification Wage Holiday Overtime Notes Thurston Asbestos Abatement Workers Journey Level $43.95 5D 1H Thurston Boilermakers Journey Level $50.03 1 Thurston Brick Mason Journey Level

More information

Oilseeds and Biofuels in Washington State, 2017

Oilseeds and Biofuels in Washington State, 2017 Oilseeds and Biofuels in Washington State, 2017 Mary Beth Lang, Bioenergy Coordinator Bioenergy Goals Reduce dependence on foreign oil Improve environment / public health Support WA agriculture and rural

More information

Roadway Erosion Control 2017 CONTRACT NO ADDENDUM NUMBER ONE

Roadway Erosion Control 2017 CONTRACT NO ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com April 25, 2017 Roadway Erosion Control 2017 CONTRACT NO. 201732622 ADDENDUM NUMBER ONE

More information

DESCRIPTION QUANTITY PRICE TOTAL

DESCRIPTION QUANTITY PRICE TOTAL GENERAL 1 TRAFFIC CONTROL LS 1 $40,000 $40,000 $8,500.00 $8,500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $15,000.00 $15,000.00 2 MOBILIZATION LS 1 $557,000 $557,000 $629,500.00 $629,500.00 $350,000.00

More information

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000.

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000. PROJECT NAME: Anamosa Street Reconstruction - Midway Street to Miiwuakee Street PROJECT NUMBER: PROJECT NO. 07-1473 / CIP NO. 50559 LET DATE: April 11, 2017 LOW BID AMOUNT: $3,941,397.20 ENGINEER'S ESTIMATE

More information

On-the-Job Training Program. Overview of Training Programs

On-the-Job Training Program. Overview of Training Programs On-the-Job Training Program Overview of Training Programs The training programs are as follows: Code Training Program Hours (Up to) 901 Carpenter, Rough 1040 902 Concrete Finisher (Paving) 1040 903 Concrete

More information

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71 BASE BID 1.00 GENERAL CONDITIONS 1.01 Mobilization (Maximum 5% of Base Bid) LS 1 84,000.00 $ 84,000.00 100,000.00 $ 100,000.00 85,000.00 $ 85,000.00 1.02 Bonding, Insurance, Permits (including Plumbing,

More information

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1,

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1, BID TABS PROJECT 18-1029 22 nd AVENUE RECONSTRUCTION BID DATE: MAY 9, 2018 Stark Pavement Corp. Lalonde Contractors Cornerstone Pavers LLC Brookfield, WI Waukesha, WI Racine, WI Item Number Roadway Quantity

More information

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID SPECIFICATION 16-11031-C CITY OF BERKELEY BID PROPOSAL A: BASE BID 1 MOBILIZATION 1 LS 2 TRAFFIC CONTROL 1 LS 3 CONTRACTOR INFORMATION SIGN 2 EA 4 CONSTRUCTION AREA SIGN 18 EA 5 PROJECT IDENTIFICATION

More information

WA Plug-in Electric Vehicle Update through December 2017

WA Plug-in Electric Vehicle Update through December 2017 WA Plug-in Electric Vehicle Update through December 2017 WSDOT provides an update on the number of plug-in electric vehicles registered in the state twice per year. Department of Licensing provides raw

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS BID TABULATION Hillcrest Road Connector John G. Walton Construction M. C. Williams Contracting Hosea. Weaver & Sons, Inc. BID OPENING: March 25, 29 Company, Inc. Company, Inc. QTY DESCRIPTION DOLLARSjCTS

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

Backhoe & Hoe Ram (under 3/4 Yd.) $26.11 $34.81 $ Backhoes & Hoe Ram (3 Yds & Over) $26.44 $35.25 $44.06

Backhoe & Hoe Ram (under 3/4 Yd.) $26.11 $34.81 $ Backhoes & Hoe Ram (3 Yds & Over) $26.44 $35.25 $44.06 2018 SPOKANE TRIBAL WAGE RATES FOR CONTRACTORS All rates are based on 100% of Washington State prevailing wage rates for Stevens County All wage rates are subject to annual adjustments by the TERO Commission

More information

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 November 29, 2018 ADDENDUM 2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 Q1. Do contractors not need to be on the Watershed Improvements Pre-Qualifications List to submit on the RP031-18 Watershed

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Project No. 080598 PID 21272 CUY-SR-237-4.93 - PART I (FRONT STREET); CUY-237-4.55 - P Federal Type: RAILROAD

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE.

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE. 201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 9 EA 202-00019 Removal of Inlet 8 EA 202-00034 Removal of Pipe (6 Inch) 196 LF 202-00035 Removal of Pipe (18 Inch) 10 LF 202-00036 Removal

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Project No. 100281 PID 77255 LUC-IR-475-14.18 Federal Type: MAJOR RECONSTRUCTION Letting Date: 6/3/2010 Completion

More information

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Hardesty & Hanover, LLC Alternative 1 Bogie Support System Alternative Based on AW Sketch of New Bridge Component

More information

Franklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation

Franklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation 7/07/2015 Page 1 of 20 Strawser Paving Co., Inc. Shelly & Sands, Inc. Double Z Construction Co Columbus Asphalt Paving, Inc. 1595 Frank Road P.O.Box 2469 2550 Harrison Road 1196 Technology Dr Columbus,

More information

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS 834.1 DESCRIPTION: This item shall consist of fire hydrant installations using joint restraints in accordance

More information

800 Access Control, R/W Use Permits and Drive Design

800 Access Control, R/W Use Permits and Drive Design Table of Contents 801 Access Control... 8-1 801.1 Access Control Directives... 8-1 801.2 Access Control Policies... 8-1 801.2.1 Interstate Limited Access... 8-1 801.2.2 Limited Access... 8-1 801.2.3 Controlled

More information

BID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M.

BID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M. PAVING IMPROVEMENTS McKINNEY 101 Rightofway Preparation LS 1 75,000.00 75,000.00 200,000.00 200,000.00 67,000.00 67,000.00 110,000.00 110,000.00 102 12inch HMAC Street Pulvermix SY 11,650 3.00 34,950.00

More information

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS 834.1 DESCRIPTION: This item shall consist of fire hydrant installations using joint restraints in accordance

More information

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF SAN ANTONIO DEPT. OF CAPITAL IMPROVEMENTS MANAGEMENT SERVICES N. NEW BRAUNFELS AVE. SIDEWALK PROJECT FROM RITTIMAN

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount R J Grondin & Sons - Gorham, ME $1,436,720.00 Shaw Brothers Construction, Inc. - Gorham, ME $1,476,398.83 Pratt & Sons, Inc. - Minot, ME $1,733,615.00 Page 1 of 13 R J Grondin

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 170559 PID 102381 SCI-US 52-19.01 Federal Type: TWO LANE RESURFACING Letting Date: 11/2/2017 Completion Date:

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications: DEVELOPMENT SERVICES PHONE: (209) 668-5520 ENGINEERING DIVISION FAX: (209) 668-5563 156 S. BROADWAY, SUITE 150 TDD: (800) 735-2929 TURLOCK, CA 95380 engineering@turlock.ca.us Date: 04/20/2018 City Project

More information

BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST

BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST PAGE 1 BID OPENING: AUGUST 11, 2011 ENGINEER'S ESTIMATE: $3,108,320.60 CONTRACT NO.110269 SABINO CANYON AND TANQUE VERDE INTERSECTION IMPROVEMENTS *FOR A MORE DETAILED ITEM DESCRIPTION* *REFER TO PROPOSAL

More information

The Tulalip Tribes of Washington

The Tulalip Tribes of Washington The Tulalip Tribes of Washington I-5/116th Street NE Interchange Improvements Phase 4 Ramps Bid Solicitation No. 17-007 ADDENDUM NO. 3 November 7, 2017 to Request for Bid Proposals The Tulalip Tribes of

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

General Decision Number: MN /15/2012 MN10. Superseded General Decision Number: MN State: Minnesota. Construction Type: Highway

General Decision Number: MN /15/2012 MN10. Superseded General Decision Number: MN State: Minnesota. Construction Type: Highway Page 1 of 5 > General Decision Number: MN120010 06/15/2012 MN10 Superseded General Decision Number: MN20100020 State: Minnesota Construction Type: Highway Counties: Anoka, Carver, Chisago, Dakota, Hennepin,

More information

TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016

TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016 TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B Tender No.: NG16-19 ADDENDUM #1 October 31, 2016 A copy of this addendum must be enclosed with your tender. Failure to comply with this requirement

More information

2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00

2150 F&I 4 PVC pipe LF 100 $ F&I 6 PVC pipe LF 100 $ F&I 8 PVC pipe LF 100 $ 90.00 1 of 5 2100 F&I 4" ductile iron pipe LF 200 $ 143.00 $28,600.00 2102 F&I 6" ductile iron pipe LF 200 $ 135.00 $27,000.00 2104 F&I 8" ductile iron pipe LF 200 $ 141.00 $28,200.00 2105 F&I 10" ductile iron

More information

St. Cloud State University St. Cloud, MN

St. Cloud State University St. Cloud, MN ADDENDUM # 1 REQUEST FOR PROPOSAL: Elevator Maintenance Services RFP St. Cloud State University St. Cloud, MN 56301-4498 ORIGINAL PUBLICATION : June 23 2014 ADDENDUM # 1 ISSUE : July 8, 2014 REVISED 1.

More information

General Decision Number: MN /04/2011 MN15. State: Minnesota. Construction Type: Highway

General Decision Number: MN /04/2011 MN15. State: Minnesota. Construction Type: Highway 1of 5 General Decision Number: MN100015 02/04/2011 MN15 State: Minnesota Construction Type: Highway Counties: Dodge, Fillmore, Freeborn, Goodhue, Houston, Mower, Olmsted, Rice, Steele, Wabasha and Winona

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ -

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ - BID FORM PART A Name & Category Unit Unit Cost (B) Cost (AxB) GENERAL REQUIREMENTS 1 Mobilization (Maximum 3.0% of the total Contract Price) 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 140123 PID 82645 LOR- SR 0057 19.42 Federal Type: INTERCHANGE Letting Date: 4/17/2014 Completion Date: 7/15/2016

More information

SITE PLANS ASSISTED LIVING REDEVELOPMENT

SITE PLANS ASSISTED LIVING REDEVELOPMENT SITE PLANS ASSISTED LIVING REDEVELOPMENT PROJECT SUMMARY TOTAL LOT AREA - 39.0 ACRES EXISTING BUILDING FOOTPRINT 48,060 S.F. PROPOSED 25,869 S.F. TOTAL BUILDING FOOTPRINT 73,929 S.F. ZONING COMPLIANCE

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Commercial County

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 180573 PID 93496 FRA-IR 71-01.53 Federal Type: BRIDGE REPLACEMENT (2 BRIDGES) Letting Date: 12/20/2018 Completion

More information

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013 Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D4-1102 November 21, 2013 Doughtie Construction Co., Elliott Construction Dudley Construction Ltd. SUBTOTAL GENERAL ITEMS : $191,713.00

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Shaw Brothers Construction, Inc. - Gorham, ME $659,771.50 R J Grondin & Sons - Gorham, ME $690,828.50 Gendron & Gendron - Lewiston, ME $753,187.00 Gordon Contracting - Sangerville,

More information

Macomb County Department of Roads Bid Comparison

Macomb County Department of Roads Bid Comparison Macomb County Department of Roads Bid Comparison Contract ID: 1643 Description: M-53 Freeway to 33 Mile Road Connector to the proposed 33 Mile Road & McKay Road Roundabout Location: Projects(s): M-53 &

More information

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS PN 420-10/21/2016 - SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS DESCRIPTION: The surface tolerance specification requirements are modified as follows for all pavements of constant width with at least

More information

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Date: August 10, 2016 Subject: Bid for Construction of NW 89 th Avenue, NW 93 rd Street and NW

More information

CITY OF BURLINGTON SHARON AVENUE SANITARY SEWER IMPROVEMENTS - PHASE 1 - REBID CITY OFFICIALS. STEVE SEXTON Mayor JAMES STAVIG.

CITY OF BURLINGTON SHARON AVENUE SANITARY SEWER IMPROVEMENTS - PHASE 1 - REBID CITY OFFICIALS. STEVE SEXTON Mayor JAMES STAVIG. SKAGIT COUNTY WASHINGTON CITY OFFICIALS STEVE SEXTON Mayor TED MONTGOMERY JAMES STAVIG City Council RICK DEGLORIA JOE DEGLORIA CHRIS LOVING BILL ASLETT EDIE EDMUNDSON City Council DON ERICKSON SEWER DEPARTMENT

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

SEWER AND WATERMAIN CONSTRUCTION

SEWER AND WATERMAIN CONSTRUCTION Corporate Services Fair Wage Office 18 th Floor, West Tower, City Hall Tel: 416-392-7300 Fax: 416-392-0801 Hotline: 416-392-FAIR E-mail: fairwage@toronto.ca Visit us at www.toronto.ca/fairwage FAIR WAGE

More information

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION ATTACHMENT I BID SCHEDULE IFB NO. 19-021, CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION Item No. Description Qty Unit Unit Cost Amount Pump Station Site Work 1 Site Demolition / Removals / Haul

More information

ADDENDUM NO REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings C C C C

ADDENDUM NO REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings C C C C ADDENDUM NO. 1 PROJECT: Olalla Water System Upgrades Phase 2; RDOS-17-PW-3 The Contract Documents for this work are revised as noted herein. All such revisions become a part of the work and shall be included

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 110146 PID 82278 HAM-IR-75-5.58 Federal Type: INTERCHANGE Letting Date: 5/5/2011 Completion Date: 7/31/2014 Contract

More information

Whatcom County Invitation to Bid Bid #17-09

Whatcom County Invitation to Bid Bid #17-09 Invitation to Bid NOTICE IS HEREBY GIVEN that sealed bids will be received by Purchasing at their fice in the Whatcom County Administrative Services Finance Office in Whatcom County Courthouse, 311 Grand

More information

Meredith Creme, Associate Human Resource Professional

Meredith Creme, Associate Human Resource Professional Career Service Authority Denver s Human Resource Agency 201 W. Colfax, Department 412 Denver, CO 80202 p: 720.913.5751 f: 720.913.5720 www.denvergov.org/csa TO: FROM: All Users of the City of Denver Prevailing

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 170607 PID 85146 CUY-SR 21-10.04L Federal Type: BRIDGE REPLACEMENT (1 BRIDGE) Letting Date: 12/14/2017 Completion

More information

FAIR WAGE SCHEDULE Road Building

FAIR WAGE SCHEDULE Road Building City Manager's Office Fair Wage Office Human Resources Division 100 Queen treet West City Hall, 18 th Floor, West Tower Toronto, Ontario M5H 2N2 Tel: 416-392-7300 Fax: 416-392-0801 fairwage@toronto.ca

More information

FEMA's Schedule of Equipment Rates

FEMA's Schedule of Equipment Rates DEPARTMENT OF HOMELAND SECURITY EMERGENCY PREPAREDNESS AND RESPONSE DIRECTORATE RECOVERY DIVISION PUBLIC ASSISTANCE BRANCH WASHINGTON, D.C. 20472 The rates on this Schedule of Equipment Rates are for applicant-owned

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : MILL & OVERLAY, GRADING, BIT SURFACING, BR NO 02038 ETC CONTRACT LOCATION: LOCATED ON TH 47 FROM 153RD AVE NW IN RAMSEY TO 180TH LANE NW AND AT FORD BROOK IN BURNS TOWNSHIP

More information

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS

MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy

More information

FEMA's Schedule of Equipment Rates

FEMA's Schedule of Equipment Rates DEPARTMENT OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT AGENCY DISASTER ASSISTANCE DIRECTORATE PUBLIC ASSISTANCE DIVISION WASHINGTON, D.C. 20472 www.fema.gov/government/grant/pa/eqrates.shtm (May

More information

Federal Project No.: OC-095-1(348)

Federal Project No.: OC-095-1(348) Order : N83 Schedule of Items Page: 2 Oversight/State Project : (NFO)0095-127-857, C501 Federal Project : OC-095-1(348) 0010 513 00100 MOBILIZATION LUMP SUM LUMP SUM 0020 517 00101 CONSTRUCTION SURVEYING

More information

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY IZED PRICE BID DESCRIPTION PRICE BID ROADWAY 1 201 11000 CLEARING AND GRUBBING 1 - - LUMP 2 202 23000 PAVEMENT REMOVED NR SQ YD 20 3 202 35100 PIPE REMOVED, 24" AND UNDER NR FT 134 4 202 58000 MANHOLE

More information