Loading...
HomeMy WebLinkAboutEJCDC-Oshkosh Riverwalk Phase 1 EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) THIS AGREEMENT is by and between City of Oshkosh Redevelopment Authority (Owner) and Radtke Contractors, Inc. (Contractor). Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Oshkosh Riverwalk Phase 1: Marion Road Zone City of Oshkosh RDA, WI Partial Award - Base Bid $696,403.45 ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Oshkosh Riverwalk Phase 1: Marion Road Zone- Base Bid City of Oshkosh RDA, WI ARTICLE 3 - ENGINEER 3.01 The Project has been designed by: JJR, LLC AECOM Technical Services 625 Williamson Street 558 North Main Street Madison, WI 53703 Oshkosh, Wisconsin 54901 (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. 3.02 Owner may also provide a site representative who is to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents except as described in Paragraph 3.01. EJCDC C -520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price) Copyright ❑ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520 -1 ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Substantial Completion and Final Payment A. The Work will be substantially completed for base bid work on or before September 1, 2011, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before November 1, 2011. 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $1,000 for each day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $1,000 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. B. In addition to liquidated damages set forth above, Contractor shall be liable for all additional costs for Engineer's services beyond substantial and final completion dates. Owner will deduct these costs from any monies due or that may become due Contractor or Surety and pay Engineer for said services. 4.04 Permitting Contractor or Surety to continue and finish the Work or any part of the Work after the times specified for completion, or after the date to which the times for completion may have been extended, shall in no way operate as a waiver on the part of Owner of its rights under the Contract. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in the Unit Price Schedule as completed in the Contractor's Bid Form, attached hereto. As provided in paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the 25th day of each month during performance of the Work as provided in Paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established as provided in Paragraph 2.07.A EJCDC C -520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price) Copyright ❑ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520 -2 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions: a. 90 percent of Work completed (with the balance being retainage). If the Work has been 50 percent completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no retainage on account for work substantially completed, in which case the remaining progress payments prior to Substantial Completion will be in a amount equal to 100% of the work completed less the aggregate of payments previously made; and 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95 percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less 10 percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment A. Upon fmal completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all available: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. E. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. EJCDC C -520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price) Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520 -3 F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 6, inclusive). 2. Performance bond (pages 1 to 2, inclusive). 3. Payment bond (pages 1 to 2, inclusive). 4. Other bonds (pages to , inclusive). a. (pages to , inclusive). b. (pages to , inclusive). c. (pages to , inclusive). 5. General Conditions (pages 1 to 40, inclusive). 6. Supplementary Conditions (pages 1 to 13, inclusive). 7. Specifications as listed in the table of contents of the Project Manual. 8. Drawings consisting of 29 sheets with each sheet bearing the following general title: Oshkosh Riverwalk Phase 1: Marion Road Zone. 9. Addenda (numbers 1 to 2 , inclusive). 10. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid (pages 3 to 9, inclusive). b. Documentation submitted by Contractor prior to Notice of Award (pages to , inclusive). c. EJCDC C -520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price) Copyright ❑ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520 -4 11. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed (pages to , inclusive). b. Work Change Directives. c. Change Order(s). B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. EJCDC C -520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price) Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520 -5 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. Zt-C This Agreement will ( be effective on O CI 9 1 ,- 2H 00(which is the Effective Date of the Agreement). OWNER: P D C.,`E of O MkCSi CONTRACTOR: By: 1 4(( o v.til) l- By: ___:= Title: - 4. • ' ■ _ - c- zyx T itle: O / Prot `o,l 5 Ma 4c, e r ORP • ''� S . • L] [CORPORATE SEAL] i Attest: // / Attest: 4 f . ,7/_ _./L!. v_ . Title: C � ■, c wVc-4k k i OA Title: it. .i4 1 .,r,, , 1,.. !11 .4 . Address for giving notices: Address for giving notices: —) 6(01 C il, ea d ;'01 --,s 1L2T S q1) ( ' 0 E0 x 000 (2,iiiecoiie WI Sq6 License No.: (If Owner is a corporation, attach evidence of authority to sign. If Owner (Where applicable) is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Owner- Contractor Agreement.) Agent for service or process: AP PROV r D r (If Contractor is a corporation or a partnership, attach evidence M - 4, of authority to sign.) � °/1 1 ti , \\ ` CITY ATT • 'ME s,, HKOSH, WISCONSIN EJCDC C -520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price) Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520 -6 Page 19 of 20 • FOOTNOTE: A. Paid Holidays: New years Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (August 20), Veteran,s Day, Thanksgiving Day, and Christmas Day WELL DRILLER $16.52 $3.70 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an http:// www. wdol. gov/ wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 20 of 2 interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http: / /www.wdol.gov /wdol /scafiles /davisbacon/WI 10/19/2010 Page 1 of 20 General Decision Number: WI100019 10/01/2010 WT19 Superseded General Decision Number: WI20080019 State: Wisconsin Construction Type: Heavy Counties: Wisconsin Statewide. HEAVY CONSTRUCTION PROJECTS (Excluding Tunnel, Sewer, and Water Lines), AND HOPPER DREDGE PROJECTS Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 06/04/2010 3 07/02/2010 4 08/06/2010 5 09/03/2010 6 10/01/2010 BOIL0107 -001 07/01/2009 Rates Fringes BOILERMAKER Boilermaker $ 33.64 19.27 Small Boiler Repair (under 25,000 lbs /hr) $ 26.91 16.00 BRWI0001 -002 06/01/2009 CRAWFORD, JACKSON, JUNEAU, LA CROSSE, MONROE, TREMPEALEAU, AND VERNON COUNTIES Rates Fringes BRICKLAYER $ 29.40 15.54 * BRWI0002 -002 06/01/2010 ASHLAND, BAYFIELD, DOUGLAS, AND IRON COUNTIES Rates Fringes BRICKLAYER $ 34.73 15.11 * BRWI0002 -005 06/01/2010 ADAMS, ASHLAND, BARRON, BROWN, BURNETT, CALUMET, CHIPPEWA, CLARK, COLUMBIA, DODGE, DOOR, DUNN, FLORENCE, FOND DU LAC, FOREST, GREEN LAKE, IRON, JEFFERSON, KEWAUNEE, LANGLADE, LINCOLN, MANITOWOC, MARATHON, MARINETTE, MARQUETTE, MENOMINEE, OCONTO, ONEIDA, OUTAGAMIE, POLK, PORTAGE, RUSK, ST CROIX, SAUK, SHAWANO, SHEBOYGAN, TAYLOR, VILAS, WALWORTH, WAUPACA, WAUSHARA, WINNEBAGO, AND WOOD COUNTIES http:// www. wdol. gov/ wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 2 of 2.0 Rates Fringes CEMENT MASON /CONCRETE FINISHER $ 32.99 15.11 BRWI0003 -002 06/01/2009 BROWN, DOOR, FLORENCE, KEWAUNEE, MARINETTE, AND OCONTO COUNTIES Rates Fringes BRICKLAYER $ 30.06 14.87 BRWI0004 -002 06/01/2008 KENOSHA, RACINE, AND WALWORTH COUNTIES Rates Fringes BRICKLAYER $ 32.88 14.50 BRWI0006 -002 06/01/2009 ADAMS, CLARK, FOREST, LANGLADE, LINCOLN, MARATHON, MENOMINEE, ONEIDA, PORTAGE, PRICE, TAYLOR, VILAS AND WOOD COUNTIES Rates Fringes BRICKLAYER $ 30.54 14.40 BRWI0007 -002 06/01/2009 GREEN, LAFAYETTE, AND ROCK COUNTIES Rates Fringes BRICKLAYER $ 31.26 15.35 * BRWI0008 -002 06/01/2010 MILWAUKEE, OZAUKEE, WASHINGTON, AND WAUKESHA COUNTIES Rates Fringes BRICKLAYER $ 35.53 15.62 BRWI0009 -001 06/01/2009 GREEN LAKE, MARQUETTE, OUTAGAMIE, SHAWANO, WAUPACA, WASHARA, AND WINNEBAGO COUNTIES Rates Fringes BRICKLAYER $ 30.06 14.87 BRWI0011 -002 06/01/2009 CALUMET, FOND DU LAC, MANITOWOC, AND SHEBOYGAN COUNTIES http: / /www.wdol.gov /wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 Page 3 of 20 Rates Fringes BRICKLAYER $ 30.06 14.87 BRWI0013 -002 06/01/2009 DANE, GRANT, IOWA, AND RICHLAND COUNTIES Rates Fringes BRICKLAYER $ 31.46 15.15 BRWI0019 -002 06/01/2009 BARRON, BUFFALO, BURNETT, CHIPPEWA, DUNN, EAU CLAIRE, PEPIN, PIERCE, POLK, RUSK, ST. CROIX, SAWYER AND WASHBURN COUNTIES Rates Fringes BRICKLAYER $ 29.82 15.12 BRWI0021 -002 06/01/2009 DODGE AND JEFFERSON COUNTIES Rates Fringes BRICKLAYER $ 31.76 14.87 5RW10034 -002 06/04/2009 COLUMBIA AND SAUK COUNTIES Rates Fringes BRICKLAYER $ 31.51 15.10 CARP0087 -001 05/01/2007 BURNETT (W. of Hwy 48), PIERCE (W. of Hwy 29), POLK (W. of Hwys 35, 48 & 65), AND ST. CROIX (W. of Hwy 65) COUNTIES Rates Fringes Carpenter & Piledrivermen $ 26.76 11.61 CARP0252 -002 06/01/2010 ADAMS, BARRON, BAYFIELD (Eastern 2/3), BROWN, BUFFALO, BURNETT (E. of Hwy 48), CALUMET, CHIPPEWA, CLARK, COLUMBIA, CRAWFORD, DANE, DODGE, DOOR, DUNN, EAU CLAIRE, FLORENCE (except area bordering Michigan State Line), FOND DU LAC, FOREST, GRANT, GREEN, GREEN LAKE, IOWA, IRON, JACKSON, JEFFERSON, JUNEAU, KEWAUNEE, LA CROSSE, LAFAYETTE, LANGLADE, LINCOLN, MANITOWOC, MARATHON, MARINETTE (except N.E. corner), MARQUETTE, MENOMINEE, MONROE, OCONTO, ONEIDA, OUTAGAMIE, PEPIN, PIERCE (E. of Hwys 29 & 65), POLK (E. of Hwys 35, 48 & 65), PORTAGE, http://www.wdol.gov/wdol/scafiles/davisbacon/WI19.dvb 10/19/2010 Page 4 of 20 PRICE, RICHLAND, ROCK, RUSK, SAUK, SAWYER, SHAWANO, SHEBOYGAN, ST CROIX (E. of Hwy 65), TAYLOR, TREMPEALEAU, VERNON, VILAS, WALWORTH, WASHBURN, WAUPACA, WAUSHARA, WINNEBAGO, AND WOOD COUNTIES Rates Fringes CARPENTER CARPENTER $ 30.56 13.36 MILLWRIGHT $ 32.16 13.36 PILEDRIVER $ 31.06 13.36 CARP0252 -010 05/27/2007 ASHLAND COUNTY Rates Fringes Carpenters Carpenter $ 23.82 11.26 Millwright $ 27.71 11.26 Pile Driver $ 24.81 10.43 CARP0264 -003 06/01/2008 KENOSHA, MILWAUKEE, OZAUKEE, RACINE, WAUKESHA, AND WASHINGTON COUNTIES Rates Fringes CARPENTER $ 30.52 14.41 CARP0361 -004 05/01/2009 BAYFIELD (Western 1/3) AND DOUGLAS COUNTIES Rates Fringes CARPENTER $ 30.12 14.65 CARP2337 -001 06/01/2008 ZONE A: MILWAUKEE, OZAUKEE, WAUKESHA AND WASHINGTON ZONE B: KENOSHA & RACINE Rates Fringes PILEDRIVERMAN Zone A $ 27.25 19.46 Zone B $ 24.47 19.46 CARP2337 -003 06/02/2008 Rates Fringes MILLWRIGHT http:// www. wdol. gov/ wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 Page 5 of 20 Zone A $ 27.92 19.08 Zone B $ 26.82 19.08 ZONE DEFINITIONS ZONE A: MILWAUKEE, OZAUKEE, WAUKESHA AND WASHINGTON COUNTIES ZONE B: KENOSHA & RACINE COUNTIES ELEC0014 -002 06/01/2010 ASHLAND, BARRON, BAYFIELD, BUFFALO, BURNETT, CHIPPEWA, CLARK (except Maryville, Colby, Unity, Sherman, Fremont, Lynn & Sherwood), CRAWFORD, DUNN, EAU CLAIRE, GRANT, IRON, JACKSON, LA CROSSE, MONROE, PEPIN, PIERCE, POLK, PRICE, RICHLAND, RUSK, ST CROIX, SAWYER, TAYLOR, TREMPEALEAU, VERNON, AND WASHBURN COUNTIES Rates Fringes Electricians* $ 28.74 17.82 * ELEC0127 -002 06/01/2010 KENOSHA COUNTY Rates Fringes Electricians* $ 33.75 18.87 ELEC0158 -002 06/02/2008 BROWN, DOOR, KEWAUNEE, MANITOWOC (except Schleswig), MARINETTE(Wausuakee and area South thereof), OCONTO, MENOMINEE (East of a ine 6 miles West of the West boundary of Oconto County), SHAWANO (Except Area North of Townships of Aniwa and Hutchins) COUNTIES Rates Fringes Electricians* $ 27.27 26.75%+7.62 ELEC0159 -003 06/01/2009 COLUMBIA, DANE, DODGE (Area West of Hwy 26, except Chester and Emmet Townships), GREEN, LAKE (except Townships of Berlin, Seneca, and St. Marie), IOWA, MARQUETTE (except Townships of Neshkoka, Crystal Lake, Newton, and Springfield), and SAUK COUNTIES Rates Fringes Electricians. $ 31.61 28%+8.95 * ELECO219 -004 05/31/2010 FLORENCE COUNTY (Townships of Aurora, Commonwealth, Fern, http: / /www.wdol.gov /wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 Page 6 of 20 Florence and Homestead) AND MARINETTE COUNTY (Township of Niagara) Rates Fringes Electricians: Electrical contracts over $130,000 $ 28.44 16.65 Electrical contracts under $130,000 $ 26.24 16.59 ELECO242 -005 05/30/2010 DOUGLAS COUNTY Rates Fringes Electricians• $ 31.24 66.55% ELECO388 -002 05/31/2010 ADAMS, CLARK (Colby, Freemont, Lynn, Mayville, Sherman, Sherwood, Unity), FOREST, JUNEAU, LANGLADE, LINCOLN, MARATHON, MARINETTE (Area North of the town of Wausaukee), MENOMINEE (Area West of a line 6 miles West of the West boundary of Oconto County), ONEIDA, PORTAGE, SHAWANO (Area North of the townships of Aniwa and Hutchins), VILAS AND WOOD COUNTIES Rates Fringes Electricians• $ 28.29 16.41 ELEC0430 -002 06/01/2010 RACINE COUNTY (Except Burlington Township) Rates Fringes Electricians $ 32.53 18.56 ELEC0494 -005 06/01/2010 MILWAUKEE, OZAUKEE, WASHINGTON, AND WAUKESHA COUNTIES Rates Fringes Electricians• $ 31.10 20.32 ELEC0494 -006 06/01/2010 CALUMET (Township of New Holstein), DODGE (East of Hwy 26 including Chester Township), FOND DU LAC, MANITOWOC (Schleswig), and SHEBOYGAN COUNTIES Rates Fringes Electricians• $ 29.02 18.41 http: / /www.wdol.gov /wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 7 of 20 * ELECO577 -003 06/01/2010 CALUMET (except Township of New Holstein), GREEN LAKE (N. part including Townships of Berlin, St Marie, and Seneca), MARQUETTE (N. part including Townships of Crystal Lake, Neshkoro, Newton, and Springfield), OUTAGAMIE, WAUPACA, WAUSHARA, AND WINNEBAGO COUNTIES Rates Fringes Electricians $ 27.40 16.41 * ELEC0890 -003 06/01/2010 DODGE (Emmet Township only), GREEN, JEFFERSON, LAFAYETTE, RACINE (Burlington Township), ROCK AND WALWORTH COUNTIES Rates Fringes Electricians $ 29.50 17.50 ELEC0953 -001 05/31/2010 Rates Fringes Line Construction: (1) Lineman $ 35.97 16.62 (2) Heavy Equipment Operator $ 32.37 15.43 (3) Equipment Operator $ 28.78 14.25 (4) Heavy Groundman Driver $ 25.18 13.07 (5) Light Groundman Driver $ 23.38 12.46 (6) Groundsman $ 19.78 11.28 ENGI0139 -001 06/01/2010 KENOSHA, MILWAUKEE, OZAUKEE, RACINE, WASHINGTON, AND WAUKESHA COUNTIES Rates Fringes Power Equipment Operator Group 1 $ 38.06 17.90 Group 2 $ 37.56 17.90 Group 3 $ 37.06 17.90 Group 4 $ 36.47 17.90 Group 5 $ 34.59 17.90 Group 6 $ 29.44 17.90 HAZARDOUS WASTE PREMIUMS: EPA Level "A" Protection: $3.00 per hour EPA Level "B" Protection: $2.00 per hour EPA Level "C" Protection: $1.00 per hour POWER EQUIPMENT OPERATORS CLASSIFICATIONS hnp://www.wdol.gov/wdol/scafiles/davisbacon/WI19.dvb 10/19/2010 Page 8 of 20 GROUP 1: Cranes, Tower Cranes, Pedestal Tower Cranes and Derricks with or w/o attachments with a lifting capacity of over 100 tons; or Cranes, Tower Cranes, Pedestal Tower Cranes and Derricks with boom, leads, and /or jib lengths measuring 176 feet or longer; Self- Erecting Tower Cranes over 4000 lbs lifting capacity; All Cranes with Boom Dollies; Boring Machines (directional); Master Mechanic. $0.50 additional per hour per 100 tons or 100 ft of boom over 200 ft or lifting capacity of crane over 200 tons to a maximum of 300 tons or 300 ft. Thereafter an increase of $0.01 per ft or ton, whichever is greater. GROUP 2: Cranes, Tower Cranes, Pedestal Tower Cranes and Derricks with or without attachments with a lifting capacity of 100 tons or less; or Cranes, Tower Cranes Portable Tower Cranes, Pedestal Tower Cranes and Derricks with boom, leadsand /or jib lengths measuring 175 feet or less; Backhoes (excavators) 130,000 lbs and over; Caisson Rigs; Pile Drivers; Boring Machines (vertical or horizontal), Versi -Lift, Tri -Lift, Gantry 20,000 lbs & over. GROUP 3: Backhoe (excavator) under 130,000 lbs;Self- erecting Tower Crane 4000 lbs & under lifting capacity;Traveling Crane (bridge type); Skid Rigs; Dredge Operator; Mechanic; Concrete Paver (over 27E); Concrete Spreader and Distributor; Forklift/ Telehandler (machinery- moving / steel erection); Hydro Blaster, 10,000 psi and over GROUP 4: Material Hoists; Stack Hoists; Hydraulic Backhoe (tractor or truck mounted); Hydraulic Crane, 5 tons or under (tractor or truck mounted); Hoist (tuggers 5 tons & over); Hydro Excavators /Daylighters; Concrete Pumps Rotec type Conveyors; Tractor /Bulldozer /End Loader (over 40 hp); Motor Patrol; Scraper Operator; Sideboom; Straddle Carrier; Welder; Bituminous Plant and Paver Operator; Roller over 5 tons; Rail Leveling Machine (Railroad); Tie Placer; Tie Extractor; Tie Tamper; Stone Leveler; Rotary Drill Operator and Blaster; Percussion Drill Operator; Air Track Drill and /or Hammers; Gantrys (under 20,000 lbs); Tencher (wheel type or chain type having 8 inch or larger bucket); Milling Machine; Off -Road Material Haulers. GROUP 5: Backfiller; Concrete Auto Breaker (large); Concrete Finishing Machines (road type); Rubber Tired Roller; Concrete Batch Hopper; Concrete Conveyor Systems; Grout Pumps; Concrete Mixers (14S or over); Screw Type Pumps and Gypsum Pumps; Tractor, Bulldozer, End Loader (under 40 hp); Trencher (chain type, bucket under 8 inch); Industrial Locomotives; Rollers under 5 tons; Stump Grinder /Chipper (Large); Timber Equipment; Firemen (pile drivers and derricks); Personnel Hoist, Telehandler over 8000 lbs; Robotic Tool Carrier with or without attachments GROUP 6: Tampers - Compactors (riding type); Assistant Engineer; A- Frames and Winch Trucks; Concrete Auto Breaker; Hydrohammers (small); Brooms and Sweepers; Hoist (tuggers under 5 tons); Boats (Tug, Safety, Work Barges, Launch); Shouldering Machine Operator; Prestress Machines; Screed Operator; Stone Crushers and Screening Plants; Screed Operators (milling machine), Farm or Industrial Tractor http:// www. wdol. gov/ wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 Page 9 of 20 Mounted Equipment; Post Hole Digger; Fireman (asphalt plants); Air Compressors over 400 CFM; Generators, over 150 KW; Augers (vertical and horizontal); Air, Electric, Hydraulic Jacks (slipform); Skid Steer Loaders (with or without attachments); Boiler Operators (temporary heat); Refrigeration Plant /Freeze Machines; Power Pack Vibratory /Ultra Sound Drivers and Extractors; Welding Machines; Heaters (mechanical); Pumps; Winches (small electric); Oiler and Greaser; Rotary Drill Tender; Conveyor; Forklifts /Telehandler 8000 lbs & under; Elevators: Automatic Hoists; Pumps (well points); Combination Small Equipment Operators ENGI0139 -003 06/01/2010 REMAINING COUNTIES Rates Fringes Power Equipment Operator Group 1 $ 34.62 17.75 Group 2 $ 33.62 17.75 Group 3 $ 32.42 17.75 Group 4 $ 31.89 17.75 Group 5 $ 29.82 17.75 Group 6 $ 29.19 17.75 HAZARDOUS WASTE PREMIUMS: EPA Level "A" Protection: $3.00 per hour EPA Level "B" Protection: $2.00 per hour EPA Level "C" Protection: $1.00 per hour POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Cranes, Tower Cranes and Derricks with or without attachments with a lifting capacity of over 100 tons; Cranes, Tower Cranes, and Derricks with boom, leads and /or jib lengths 176 ft or longer. GROUP 2: Backhoes (Excavators) weighing 130,00 lbs and over; Cranes, Tower Cranes and Derricks with or without attachments with a lifting capacity of 100 tons or less; Cranes, Tower Cranes, and Derricks with boom, leads, and /or jib lengths 175 ft or less; Caisson Rigs; Pile Driver GROUP 3: Backhoes (Excavators) weighing under 130,000 lbs; Travelling Crane (bridge type); Milling Machine; Concrete Paver over 27 E; Concrete Spreader and Distributor; Concrete Laser Screed; Concrete Grinder and Planing Machine; Slipform Curb and Gutter Machine; Boring Machine (Directional); Dredge Operator; Skid Rigs; over 46 meter Concrete Pump. GROUP 4: Hydraulic Backhoe (tractor or truck mounted); Hydraulic Crane, 10 tons or less; Tractor, Bulldozer, or End Loader (over 40 hp); Motor Patrol; Scraper Operator; Bituminous Plant and Paver Operator; Screed - Milling Machine; Roller over 5 tons; Concrete pumps 46 meter and under; Grout Pumps; Rotec type machine; Hydro Blaster, 10,000 psi and over; Rotary Drill Operator; Percussion http: / /www.wdol.gov /wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 10 of 20 Drilling Machine; Air Track Drill with or without integral hammer; Blaster; Boring Machine (vertical or horizontal); Side Boom; Trencher, wheel type or chain type having 8 inch or larger bucket; Rail Leveling Machine (Railroad); Tie Placer; Tie Extractor; Tie Tamper; Stone Leveler; Straddle Carrier; Material Hoists; Stack Hoist; Man Hoists; Mechanic and Welder; Off Road Material Haulers. GROUP 5: Tractor, Bulldozer, or Endloader (under 40 hp); Tampers - Compactors, riding type; Stump Chipper, large; Roller, Rubber Tire; Backfiller; Trencher, chain type (bucket under 8 inch); Concrete Auto Breaker, large; Concrete Finishing Machine (road type); Concrete Batch Hopper; Concrete Conveyor Systems; Concrete Mixers, 14S or over; Pumps, Screw Type and Gypsum); Hydrohammers, small; Brooms and Sweeeprs; Lift Slab Machine; Roller under 5 tons; Industrial Locomotives; Fireman (Pile Drivers and Derricks); Pumps (well points); Hoists, automatic; A- Frames and Winch Trucks; Hoists (tuggers); Boats (Tug, Safety, Work Barges and Launches); Assistant Engineer GROUP 6: Shouldering Machine Operator; Farm or Industrial Tractor mounted equipment; Post Hole Digger; Auger (vertical and horizontal); Skid Steer Loader with or without attachments; Robotic Tool Carrier with or without attachments; Power Pack Vibratory /Ultra Sound Driver and Extractor; Fireman (Asphalt Plants); Screed Operator; Stone Crushers and Screening Plants; Air, Electric, Hydraulic Jacks (Slip Form); Prestress Machines; Air Compressor, 400 CFM or over; Refrigeration Plant /Freese Machine; Boiler Operators (temporary heat); Forklifts; Welding Machines; Generators; Pumps over 3 "; Heaters, Mechanical; Combination small equipment operator; Winches, small electric; Oiler; Greaser; Rotary Drill Tender; Conveyor; Elevator Operator IRON0008 -002 06/23/2010 BROWN, CALUMET, DOOR, FOND DU LAC, KEWAUNEE, MANITOWOC, MARINETTE, OCONTO, OUTAGAMI, SHAWANO, SHEBOYGAN, AND WINNEBAGO COUNTIES: Rates Fringes IRONWORKER $ 27.48 21.79 IRON0008 -003 06/01/2010 KENOSHA, MILWAUKEE, OZAUKEE, RACINE, WALWORTH (N.E. 2/3), WASHINGTON, AND WAUKESHA COUNTIES Rates Fringes IRONWORKER $ 31.31 21.79 IRONO383 -001 06/01/2010 ADAMS, COLUMBIA, CRAWFORD, DANE, DODGE, FLORENCE, FOREST, GRANT, GREENE, (Excluding S.E. tip), GREEN LAKE, IOWA, http: / /www.wdol.gov /wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page l 1 of 20 JEFFERSON, JUNEAU, LA CROSSE, LAFAYETTE, LANGLADE, MARATHON, MARQUETTE, MENOMINEE, MONROE, PORTAGE, RICHLAND, ROCK (Northern area, vicinity of Edgerton and Milton), SAUK, VERNON, WAUPACA, WAUSHARA, AND WOOD COUNTIES Rates Fringes IRONWORKER $ 30.90 19.13 1R0N0512 -008 05/01/2010 BARRON, BUFFALO, CHIPPEWA, CLARK, DUNN, EAU CLAIRE, JACKSON, PEPIN, PIERCE, POLK, RUSK, ST CROIX, TAYLOR, AND TREMPEALEAU COUNTIES Rates Fringes IRONWORKER $ 33.80 20.37 IRON0512 -021 05/01/2010 ASHLAND, BAYFIELD, BURNETT, DOUGLAS, IRON, LINCOLN, ONEIDA, PRICE, SAWYER, VILAS AND WASHBURN COUNTIES Rates Fringes IRONWORKER $ 29.36 19.90 LAB00113 -002 06/01/2008 MILWAUKEE AND WAUKESHA COUNTIES Rates Fringes Laborers: Group 1 $ 23.26 14.18 Group 2 $ 23.41 14.18 Group 3 $ 23.61 14.18 Group 4 $ 23.76 14.18 Group 5 $ 23.91 14.18 Group 6 $ 19.75 14.18 LABORERS CLASSIFICATIONS GROUP 1: General Laborer; Tree Trimmer; Conduit Layer; Demolition and Wrecking Laborer; Guard Rail, Fence, and Bridge Builder; Landscaper; Multiplate Culvert Assembler; Stone Handler; Bituminous Worker (Shoveler, Loader, and Utility Man); Batch Truck Dumper or Cement Handler; Bituminous Worker (Dumper, Ironer, Smoother, and Tamper); Concrete Handler GROUP 2: Air Tool Operator; Joint Sawer and Filler (Pavement); Vibrator or Tamper Operator (Mechanical Hand Operated); Chain Saw Operator; Demolition Burning TOrch Laborer http://www.wdol.gov/wdol/scafiles/davisbacon/WI19.dvb 10/19/2010 Page 12 of 20 GROUP 3: Bituminous Worker (Raker and Luteman); Formsetter (Curb, Sidewalk, and Pavement); Strike Off Man GROUP 4: Line and Grade Specialist GROUP 5: Blaster and Powderman GROUP 6: Flagperson; traffic control person LAB00113 -003 06/01/2008 OZAUKEE AND WASHINGTON COUNTIES Rates Fringes Laborers: Group 1 $ 22.51 14.18 Group 2 $ 22.61 14.18 Group 3 $ 22.66 14.18 Group 4 $ 22.86 14.18 Group 5 $ 22.71 14.18 Group 6 $ 19.60 14.18 LABORERS CLASSIFICATIONS GROUP 1: General Laborer; Tree Trimmer; Conduit Layer; Demolition and Wrecking Laborer; Guard Rail, Fence, and Bridge Builder; Landscaper; Multiplate Culvert Assembler; Stone Handler; Bituminous Worker (Shoveler, Loader, and Utility Man); Batch Truck Dumper or Cement Handler; Bituminous Worker (Dumper, Ironer, Smoother, and Tamper); Concrete Handler GROUP 2: Air Tool Operator; Joint Sawer and Filler (Pavement); Vibrator or Tamper Operator (Mechanical Hand Operated); GROUP 3: Bituminous Worker (Raker and Luteman); Formsetter (Curb, Sidewalk, and Pavement); Strike Off Man GROUP 4: Line and Grade Specialist GROUP 5: Blaster; powderman GROUP 6: Flagperson and Traffic Control Person LAB00113 -011 06/01/2008 KENOSHA AND RACINE COUNTIES Rates Fringes LABORERS Group 1 $ 21.52 14.98 Group 2 $ 21.67 14.98 Group 3 $ 21.87 14.98 Group 4 $ 21.84 14.98 Group 5 $ 22.17 14.98 Group 6 $ 18.66 14.98 http:// www. wdol. gov/ wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 Page 13 of 20 LABORERS CLASSIFICATIONS: GROUP 1: General laborer; Tree Trimmer; Conduit Layer; Demolition and Wrecking Laborer; Guard Rail, Fence, and Bridge Builder; Landscaper; Multiplate Culvert Assembler; Stone Handler; Bituminous Worker (Shoveler, Loader, and Utility Man); Batch Truck Dumper or Cement Handler; Bituminous worker (Dumper, Ironer, Smoother, and Tamper); Concrete Handler GROUP 2: Air Tool Operator; Joint Sawer and Filler (Pavement); Vibrator or Tamper Operator (Mechanical Hand Operated); Chain Saw Operator; Demolition Burning Torch Laborer GROUP 3: Bituminous Worker (Raker and Luteman); Formsetter (Curb, Sidewalk, and Pavement); Strike Off Man GROUP 4: Line and Grade Specialist GROUP 5: Blaster and Powderman GROUP 6: Flagman; traffic control person LAB00140 -002 06/01/2008 ADAMS, ASHLAND, BARRON, BAYFIELD, BROWN, BUFFALO, BURNETT, CALUMET, CHIPPEWA, CLARK, COLUMBIA, CRAWFORD, DODGE, DOOR, DOUGLAS, DUNN, EAU CLAIRE, FLORENCE, FOND DU LAC, FOREST, GRANT, GREEN, GREEN LAKE, IRON, JACKSON, JUNEAU, IOWA, JEFFERSON, KEWAUNEE, LA CROSSE, LAFAYETTE, LANGLADE, LINCOLN, MANITOWOC, MARATHON, MARINETTE, MARQUETTE, MENOMINEE, MONROE, OCONTO, ONEIDA, OUTAGAMIE, PEPIN, PIERCE, POLK, PORTAGE, PRICE, RICHLAND, ROCK, RUSK, SAUK, SAWYER, SHAWANO, SHEBOYGAN, ST. CROIX, TAYLOR, TREMPEALEAU, VERNON, VILLAS, WALWORTH, WASHBURN, WAUPACA, WAUSHARA, WINNEBAGO, AND WOOD COUNTIES Rates Fringes Laborers: Group 1 $ 23.87 11.75 Group 2 $ 23.97 11.75 Group 3 $ 24.02 11.75 Group 4 $ 24.22 11.75 Group 5 $ 24.07 11.75 Group 6 $ 20.50 11.75 LABORERS CLASSIFICATIONS GROUP 1: General Laborer; Tree Trimmer; Conduit Layer; Demolition and Wrecking Laborer; Guard Rail, Fence, and Bridge Builder; Landscaper; Multiplate Culvert Assembler; Stone Handler; Bitminous Worker (Shoveler, Loader, and Utility Man); Batch Truck Dumper or Cement Handler; Bituminous Worker (Dumper, Ironer, Smoother and Tamper); Concrete Handler GROUP 2: Air Tool Operator; Joint Sawer and Filler (Pavement); Vibrator or Tamper Operator (Mechanical Hand http://www.wdol.gov/wdol/scafiles/davisbacon/WI19.dvb 10 /19 /2010 Page 14 of 2,0 Operated) GROUP 3: Bituminous Worker (Raker and Luteman); Formsetter (Curb, Sidewalk and Pavement); Strike Off Man GROUP 4: Line and Grade Secialist GROUP 5: Blaster; powderman GROUP 6: Flagperson; Traffic Control LA500464 -003 06/01/2008 DANE COUNTY Rates Fringes Laborers: Group 1 $ 24.15 11.75 Group 2 $ 24.25 11.75 Group 3 $ 24.30 11.75 Group 4 $ 24.50 11.75 Group 5 $ 24.35 11.75 Group 6 $ 20.50 11.75 LABORERS CLASSIFICATIONS: GROUP 1: General Laborer; Tree Trimmer; Conduit Layer; Demolition and Wrecking Laborer; Guard Rail, Fence, and Bridge Builder; Landscaper; Multiplate Culvert Assembler; Stone Handler; Bituminous Worker (Shoveler, Loader, and Utility Man); Batch Truck Dumper or Cement Handler; Bituminious Worker (Dumper, Ironer, Smoother, and Tamper); Concrete Handler GROUP 2: Air Tool Operator; Joint Sawer and Filler (Pavement); Vibrator or Tamper Operator (Mechanical Hand Operated); Chain Saw Operator; Demolition Burning Torch Laborer GROUP 3: Bituminous Worker (Raker and Luteman); Formsetter (Curb, Sidewalk, and Pavement); Strike Off Man GROUP 4: Line and Grade Specialist GROUP 5: Blaster; Powderman GROUP 6: Flagperson and Traffic Control Person PAIN0106 -008 05/01/2010 ASHLAND, BAYFIELD, BURNETT, AND DOUGLAS COUNTIES Rates Fringes Painters: New: Brush, Roller $ 27.30 14.08 Spray, Sandblast, Steel $ 27.90 14.08 Repaint: http:// www. wdol. gov/ wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 • Page 15 of 20 Brush, Roller $ 25.80 14.08 Spray, Sandblast, Steel $ 26.40 14.08 PAIN0108 -002 06/01/2010 RACINE COUNTY Rates Fringes Painters: Brush, Roller $ 29.10 16.09 Spray & Sandblast $ 30.10 16.09 PAINO259 -002 05/01/2008 BARRON, CHIPPEWA, DUNN, EAU CLAIRE, PEPIN, PIERCE, POLK, RUSK, SAWYER, ST. CROIX, AND WASHBURN COUNTIES Rates Fringes PAINTER $ 24.11 12.15 PAINO259 -004 05/01/2008 BUFFALO, CRAWFORD, JACKSON, LA CROSSE, MONROE, TREMPEALEAU, AND VERNON COUNTIES Rates Fringes PAINTER $ 20.43 8.40 PAIN0781 -002 06/01/2010 JEFFERSON, MILWAUKEE, OZAUKEE, WASHINGTON, AND WAUKESHA COUNTIES Rates Fringes Painters: Bridge $ 28.82 16.69 Brush $ 28.47 16.69 Spray & Sandblast $ 29.22 16.69 PAIN0802 -002 06/01/2009 COLUMBIA, DANE, DODGE, GRANT, GREEN, IOWA, LAFAYETTE, RICHLAND, ROCK, AND SAUK COUNTIES Rates Fringes PAINTER Brush $ 25.65 13.10 PREMIUM PAY: Structural Steel, Spray, Bridges = $1.00 additional per hour. PAIN0802 -003 06/01/2009 http:// www. wdol. gov/ wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 16 of 20 ADAMS, BROWN, CALUMET, CLARK, DOOR, FOND DU LAC, FOREST, GREEN LAKE, IRON, JUNEAU, KEWAUNEE, LANGLADE, LINCOLN, MANITOWOC, MARATHON, MARINETTE, MARQUETTE, MENOMINEE, OCONTO, ONEIDA, OUTAGAMIE, PORTAGE, PRICE, SHAWANO, SHEBOYGAN, TAYLOR, VILAS, WAUSHARA, WAUPACA, WINNEBAGO, AND WOOD COUNTIES Rates Fringes PAINTER $ 21.87 10.07 PA1N0934 -001 06/01/2010 KENOSHA AND WALWORTH COUNTIES Rates Fringes Painters: Brush $ 29.10 16.09 Spray $ 30.10 16.09 Structural Steel $ 29.25 16.09 PAIN1011 -002 06/01/2010 FLORENCE COUNTY Rates Fringes Painters• $ 24.00 9.17 PLAS0599 -010 06/01/2009 Rates Fringes CEMENT MASON /CONCRETE FINISHER Area 1 $ 28.27 12.73 Area 2 (BAC) $ 28.75 13.80 Area 3 $ 27.85 15.10 Area 4 $ 26.82 12.93 Area 5 $ 26.97 12.78 Area 6 $ 24.08 15.67 AREA DESCRIPTIONS AREA 1: BAYFIELD, DOUGLAS, PRICE, SAWYER, AND WASHBURN COUNTIES AREA 2: ADAMS, ASHLAND, BARRON, BROWN, BURNETT, CALUMET, CHIPPEWA, CLARK, COLUMBIA, DODGE, DOOR, DUNN, FLORENCE, FOND DU LAC, FOREST, GREEN LAKE, IRON, JEFFERSON, KEWAUNEE, LANGLADE, LINCOLN, MANITOWOC, MARATHON, MARINETTE, MARQUETTE, MENOMINEE, OCONTO, ONEIDA, OUTAGAMIE, POLK, PORTAGE, RUSK, ST CROIX, SAUK, SHAWANO, SHEBOYGAN, TAYLOR, VILAS, WALWORTH, WAUPACA, WAUSHARA, WINNEBAGO, AND WOOD COUNTIES AREA 3: BUFFALO, CRAWFORD, EAU CLAIRE, JACKSON, JUNEAU, LA CROSSE MONROE, PEPIN, PIERCE, RICHLAND, TREMPEALEAU, AND VERNON COUNTIES http:// www. wdol. gov/ wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 17 of 20 AREA 4: MILWAUKEE, OZAUKEE, WASHINGTON, AND WAUKESHA COUNTIES AREA 5: DANE, GRANT, GREEN, IOWA, LAFAYETTE, AND ROCK COUNTIES AREA 6: KENOSHA AND RACINE COUNTIES PLUM0011 -003 05/03/2010 ASHLAND, BAYFIELD, BURNETT, DOUGLAS, IRON, SAWYER, AND WASHBURN COUNTIES Rates Fringes PLUMBER $ 35.60 16.25 PLUM0075 -002 07/01/2010 MILWAUKEE, OZAUKEE, WASHINGTON, AND WAUKESHA COUNTIES Rates Fringes PLUMBER $ 36.18 16.86 PLUM0075 -004 07/01/2010 DODGE (Watertown), GREEN, JEFFERSON, LAFAYETTE, AND ROCK COUNTIES Rates Fringes PLUMBER $ 36.43 16.86 PLUM0075 -009 07/01/2010 COLUMBIA, DANE, IOWA, MARQUETTE, RICHLAND AND SAUK COUNTIES Rates Fringes PLUMBER $ 35.78 14.76 PLUM0111 -007 07/01/2010 MARINETTE COUNTY (Niagara only) Rates Fringes PLUMBER /PIPEFITTER $ 29.49 19.12 PLUM0118 -002 06/01/2010 KENOSHA, RACINE, AND WALWORTH COUNTIES Rates Fringes Plumber and Steamfitter $ 35.01 16.89 http: / /www.wdol.gov /wdol /scafiles /davisbacon /WI19.dvb 10/19/2010 Page 18 of 2.0 PLUM0400 -003 05/31/2010 ADAMS,BROWN, CALUMET, DODGE (except Watertown), DOOR, FOND DU LAC, GREEN LAKE,KEWAUNEE, MANITOWOC, MARINETTE (except Niagara), MENOMINEE, OCONTO, OUTAGAMIE, SHAWANO, SHEBOYGAN, WAUPACA, WAUSHARA, AND WINNEBAGO COUNTIES Rates Fringes PLUMBER /PIPEFITTER $ 31.65 15.04 PLUM0434 -002 05/31/2010 BARON, BUFFALO, CHIPPEWA, CLARK, CRAWFORD, DUNN, EAU CLAIRE, FLORENCE, FOREST, GRANT, JACKSON, JUNEAU, LA CROSSE, LANGLADE, LINCOLN, MARATHON, MONROE, ONEIDA, PEPIN, PIERCE, POLK, PORTAGE, PRICE, RUSK, ST. CROIX, TAYLOR, TREMPEALEAU, VERNON, VILAS, AND WOOD COUNTIES Rates Fringes PIPEFITTER $ 32.59 14.45 PLUM0601 -003 05/31/2010 DODGE (Watertown), GREEN, JEFFERSON, LAFAYETTE, MILWAUKEE, OZAUKEE, ROCK, WASHINGTON AND WAUKESHA COUNTIES Rates Fringes PIPEFITTER $ 35.81 18.69 PLUM0601 -009 07/12/2010 COLUMBIA, DANE, IOWA, MARQUETTE, RICHLAND AND SAUK COUNTIES Rates Fringes PIPEFITTER $ 38.05 15.49 TEAM0039 -002 05/01/2009 Rates Fringes TRUCK DRIVER 1 & 2 Axle Trucks $ 23.84 14.70 3 or more axles; Euclids or Dumptor, Articulated Truck, Mechanic $ 23.99 14.70 SELF - PROPELLED HOPPER DREDGE: Drag Tender $ 8.78 $4.23 +A http: / /www.wdol.gov /wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 Page 19 of 20 FOOTNOTE: A. Paid Holidays: New years Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (August 20), Veterans Day, Thanksgiving Day, and Christmas Day WELL DRILLER $16.52 $3.70 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an http://www.wdol.gov/wdol/scafiles/davisbacon/WI19.dvb 10/19/2010 Page 20 of 220 interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http: / /www.wdol.gov /wdol /scafiles /davisbacon/WI19.dvb 10/19/2010 ARTICLE 5 —BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item Number Item Description Unit Quantity Cost/Unit Item Cost BASE BID ITEMS A. General A -1 Mobilization/Demobilization L.S. 1 $ 3/, 000.00$ 3/, 0 O1,.00) A -2 Bonds and Insurance L.S. 1 $ I,, GOO.00 $ 6, 000.00 A -3 Security Fence L.S. 1 $ y(O. $ 5A/ A iii •00 Total - General $ Has, y B. Site epaxahon � ve 7hsp jse Asphalt Pavement, Pole Bases, rgii jport}ons o .imlier�,Dob W.41.l and sceIlaaeaiSls vos x w' r� ' L.S. 1 $ 65 GCD.00 $ &5 000.00 , o o $tee' - tra . • emove and Stockpile Concrete Walls, Pavement and `� J7 Miscellaneous Structures L.S. 1 $ '7V '77 .00 $ oni 74.00 rlir Remove Existing Trees and Vegetation, Dispose Off -Site L.S. 1 $ 1100 .00 $ /GDg•00 FA, Replace Section of 42" Storm Pipe and Provide Concrete Apron Endwall EA 1 $ q' ijy $ 4 L /W . 00 Extend Existing 18" Storm Pipe and Provide Concrete C� - °� Apron Endwall EA 1 $31,444: $ 31, Pi.O ) Total - Site Preparation $ 8°?. 3&tO•000 C. Dredging and Shoreline Revetment C -1 Existing Material Excavation, Landfill Disposal L.S. 1 $ qid Pas l}(/,9(y0. 00 102 Dredging, Dewatering and Disposal ' _ C.Y. 3,700 $ '35 .3A $ to S, , Be ddin g Material / 3 �/ 6 6i 4 / d ,+ 'v Ton 670 $ ;3 • xi 0 $ /5 !o 7g . 00 J Riprap Revetment Ton 1,040 $ 30! • 3g $ 33, i 4 .A0 it C457' Geotextile Fabric S.Y. 260 $ /5. $ 4, /51 .41 mod - v ii Geogrid Fabric - S.Y. 2,405 $ /a .a6 $ /l/ /. a" Gangway Abutment _ EA 1 $ 2057 .00$ '!0 5(0 . 00 Total — Dredging and Shoreline Revetment $ / D. Paving D -1 Compacted Aggregate Base Course Ton 1,300 $ fd . if $ J 1 , OH . Do D -2 Concrete Walkway - 7" Reinforced West Access Walk S.F. 3,055 $ 1 140 $ 14 053. 00 D-3 Concrete Walkway — 6" Sidewalk S.F. 350 $ . tQ $ 1 if 0D .00 D-4 Concrete Walkway With Thickened Edge ( Riverwalk) S.F. 5,436 $ q. 2(3 $ 50, 0/1.;..0 D -5 Concrete Curb (on Riverwalk) L.F. 487 $ q0. OO $ 16), H to. D EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 3 D -6 Concrete Curb — Standard (on City Road) L.F. 41 $ ,30.QD $ l 2 D -7 Concrete Curb — Mountable (on City Road) L.F. 12 $ 35. $ 1/20.0 Total - Paving $ /00 4009 • a E. Erosion Control E -1 Erosion Control Silt Fence L.F. 840 $ 3.00 $gl . o0 E -2 Turbidity Curtain L.F. 600 $ '/0. DO $ AI 6000, C E -3 Truck Anti- Tracking Pad With Geotextile EA 1 $ 25V. 00 $ 01500.O Total - Erosion Control $ a9, 0a0.O F. Lighting and Electrical F -1 Riverwalk Light Pole Fixtures (Install Only) EA 7 $ 31(/ .Op $ a 1 . cap F -2 Riverwalk Light Pole Foundations EA 7 $ 7ma • o $ 3 33 (OD F -3 Bollard Lights (Install Only) EA 10 $ /70.00 $ 1 70D .00 F-4 Conduit and Wiring for Light Fixtures and Bollard Lights L.F. 1,000 $ 0?74 D $ al D00. De} F -5 Empty Conduit (3 -inch) L.F. 920 $ 6. Dv $ li boa .0(,9 F -6 Power Service (Install Only) EA 1 $ 1'/ I% .00 $ is f 1,( . F -7 Electrical Hand HolesNaults EA 12 $ f, 300.00 $ /5 490. 00 F -8 Wiring and Installation of Riverwalk Sign (Install Only) L.S. 1 $ AOAs.00$ a, 6a5r,0t j Total - Lighting and Electrical $ 93, OG•7•t o G. Grading and Landscaping G -1 General Grading and Soil Import/Export fo Obtain Site Grades per Plan (Not Including Topsoil) L.S. 1 $ a 1' o. a,$ —�k G -2 Geotextile Wanting Fabric S.Y. 1,960 $ j.0 7 $ 01047 • aO G -3 Imported Topsoil and Placement (8 Inch Thick) S.Y. 1,960 $ ii• 4a $ 8b!/3,ao G-4 Pervious Pavement S.F. 60 $ 01/.170 $ l aV 0.00 G -5 Seed, Fertilize and Mulch S.Y. 1,920 $ (). y5 $ 8(, 1.0 G -6 Trees EA 17 $ ?a0.00 $ 9/i/0.00 G-7 Perennials EA 230 $ f a .00 $ 27/ Q Total — Grading and Landscaping $ y7, AI/,/ 310 H. Fire Protection Piping H -1 Fire Protection Piping, 4" Galv. Steel L.F. 504 $ 95 •00 $ 1 17 no .0 D H -2 Dry Fire Siamese Connection EA 3 $ 500 . DO $ /5 Total — Fire Protection Piping $ /_I 381, . cc7 TOTAL BASE BID - 1"/A.,&-en . 16. 98.d3 EJCDC C-410 Suggested Bid Form for Construction Contracts T .. 4 - "`' - Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. Cottle -, • AA a 0041 -4 0, 04.4i. �' . ,, fvetto Item Number Item Description Unit Quantity Cost/Unit Item Cost ALTERNATE BID ITEMS ALTERNATE BID 1— INSTALL UTILITIES TO FUTURE DOCKS A. Lighting and Electrical A1-1 Electrical Conduit to Future Docks L.S. 1 $ 7(000 $ '1000.00 Total — Lighting and Electrical $ 11000.00 B. Domestic Water Piping to Docks B1 -1 Water Piping, 3" D.I. L.F. 920 $ 95 .0 0 $ $7 5 B1 -2 Reduced Pressure Backflow Preventer & Enclosure L.S. 1 $ /000.00 $ 1600.00 B1 -3 Water Main Tapping Sleeve and Valve L.S. 1 $ 851 $ / r500 • oo Total — Domestic Water Piping to Docks $ `7 7 Liao . oo C. Paving C1 -1 Concrete Street Patch for Utility Work L.S. 1 $ 3500.00 $ 35oo • c'O Total — Paving $ 3 Ro . 1, TOTAL ALTERNATIVE BID 1 $ /os 1 500.00 ._ ALTERNATIVE. BID 2. —CRUSH ON- SITE ... _ MATERIAL TO CREATE BEDDING MATERIAL FOR REVETMENT A. Shoreline Revetment Crush bedding material on -site (to be used west of Sta. N R. A2 -1 16 +52.67) Ton 670 $ 43, $ $T io .00 Crush bedding material on -site (to be used east of Sta. A2 -2 16 +52.67) Ton 1,220 $ /5. OD $ 13; 9` 0-00 Total — Shoreline Revetment $ a q 57io .o() TOTAL ALTERNATIVE BID 2 $ t 510 • orj EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 -5 . i ALTERNATE BID 3 — SITE PREP, DREDGING, REVETMENT, EROSION CONTROL, AND BASE COURSE FOR SITE EAST OF STA. 16+52.67 A. General A3 -1 Mobilization/Demobilization L.S. 1 $ 3 5 37 5 A3 -2 Bonds and Insurance L.S. 1 $ 7/ . CV $ ///0•00 A3 -3 Security Fence L.S. 1 $ /2,60'1pn$ l aI644.00 Total - General $ 59 /S3 f .OV B. Site Preparation Remove and Dispose Asphalt Pavement, Pole Bases, B3 -1 Portions of Timber Dockwall, and Miscellaneous Wood and Steel Structures L.S. 1 $�'0' ° $ 496' (D'{o .p( Remove and Stockpile Concrete Walls, Pavement and B3 -2 Miscellaneous Structures L.S. 1 $()J1,.00$ ao f (, Q • °G' B3 -3 Remove Existing Trees and Vegetation, Dispose Off -Site L.S. 1 $ K5 8'553 , Oo Total - Site Preparation $ 54353 .00 C. Dredging and Shoreline Revetment C3 -1 Existing Material Excavation, Landfill Disposal L.S. 1 $ 111 QY34 Nan •go C3 -2 Dredging, Dewatering and Disposal C.Y. 7,300 $ .3a $ 0Q57 834.00 C3 -3 Bedding Material Ton 1,220 $ p . yO $ at C3-4 Riprap Revetment Ton 1,900 $ da .3' $ (i a •h0 C3 -5 Geotextile Fabric S.Y. 470 $ /5 .q'7 $ 0,575 .3o C3 -6 Geogrid Fabric S.Y. 5,620 $ A.arj' $(09 $4'5 0-5 Gangway Abutment EA 1 $ 1066). DO $ 705&. 00 Total — Dredging and Shoreline Revetment $ 5 la , i ll*. /0 D. Erosion Control D3 -1 Erosion Control Silt Fence L.F. 1,820 $ a . (yQ $ 3( b7 D3 -2 Turbidity Curtain L.F. 800 $ a 7 .00 $ aq, GDa .00 D3 -3 Truck Anti- Tracking Pad With Geotextile EA 1 $ Q4,5'7.0° $ A6,57.00 D3-4 Inlet Protection EA 4 $ 5 . QQ $ ciao. 00 Total - Erosion Control $ 34 6q -7 . or) E. Base Course for Pavement E3 -1 Compacted Aggregate Base Course Ton 2,860 $ rQ .78 $ 30, g . go Total — Base Course for Pavement $ 30, g3 o .80 TOTAL ALTERNATIVE BID 3 $ /410 • IQ EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 6 ALTERNATIVE BID 4 — SITE PAVING, UTILITIES, AND LANDSCAPING FOR SITE EAST OF STA. 16+52.67 A. General A4-1 Mobilization/Demobilization L.S. 1 $11P17•2 J(o V 72 •00 A4-2 Bonds and Insurance L.S. 1 $ £f cI0 .OD $ iI 9 /0 , OV A4 -3 Security Fence L.S. 1 $,5'/, •n /5 '{4'00 Total - General $ a8► r'a 8.00 B. Paving B4 -1 Concrete Walkway — 6" Sidewalk S.F. 4,910 $ t • 95 $ le I//.A .57J B4 -2 Concrete Walkway With Thickened Edge (Riverwalk) S.F. 12,840 $ qa0 $ Jig /a►.00 B4 -3 Concrete Curb Ramp with Detectable Warning Plate EA 1 $ 35. $ 3.64V B4-4 Concrete Curb (on Riverwalk) L.F. 1,040 $ 1 f O.00 $ // &10,0(7 Total - Paving $ / /7S. C. Lighting and Electrical C4-1 Riverwalk Light Pole Fixtures (Install Only) EA 12 $ 374p • 00 $ '/51a . Ov C4 -2 Riverwalk Light Pole Foundations EA 12 $ /6 • 00 $ q / iiii .0. C4 -3 Bollard Lights (Install Only) EA 20 $ I7O.00 $ 6 DO C4-4 Conduit and Wiring for Light Fixtures and Bollard Lights L.F. 2,300 $ egb • 00 $ fi"9 g ov C4 -5 Empty Conduit (3 -inch) L.F. 2,160 $ '1. at./ $ q se . yb C4 -6 Electrical Hand HolesNaults EA 18 $ �c3p # . $ c23 67 .00 Total - Lighting and Electrical $ /Off, 44.4.. D. Grading and Landscaping -1 General Grading and Soil Import/Export to Obtain Site Grades per Plan (Not Including Topsoil) L.S. 1 $55; D3S '°° $ 55; 03r .00 D4-2 Geotextile Waring Fabric S.Y. 3,100 $ 1.07 $ 33/7,00 D4 -3 Imported Topsoil and Placement (8 Inch Thick) S.Y. 3,100 $ #. •21 $ /5, 16A . D4-4 Seed, Fertilize, and Mulch S.Y. 3,080 $ d • tic $ /A8& •00 D45 Trees EA 25 $ 1ao .00 $ /c, 561D. Gl, D4 -6 Perennials EA 141 $ A 420 $ J(p 9a .b0 D 4-7 Shrubs EA 9 $ 2/D • 00 $ /MD . 00 Total — Grading and Landscaping $ 8 .00 E. Fire Protection Piping E4 -1 Fire Protection Piping, 4" Galv. Steel L.F. 1,125 $ 45.00 $ /0&,s,5-.00 EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 7 E4 -2 Dry Fire Siamese Connection EA 4 $ SOo • oo $ 4 600,o0 Total — Fire Protection Piping $ /f, g15 .O 0 TOTAL ALTERNATE BID 4 $ 5/3 Ob' .90 Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid - -- _ ..__..._._ ._. A. Required Bidder FM:Qualification uhimttal. B. Required Bid security in the form of certified check or bid bond in the amount not less than 5% and not more than 10% of the total bid amount. C. List of Proposed Subcontractors ARTICLE 8 —DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — COMMUNICATIONS 9.01 Communications concerning this Bid shall be addressed to the Bidder as indicated below: Name: TiA DTKE COWr .41(.7 14 e. - M /Km / RA VTIGE Address: G g 0 CASs An Al A /AihiEt0 kJ a E 4)1 54"(p State: W/SCt J5 Telephone No.: 9 I D ' 51 - I Email Address: r yubG±.1 1' 4.+42 C-0 ter r'A.CX'0 t5 • &llm. EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 8 Oshkosh Riverwalk Phase 1: Marion Road Zone JJR Project No. 24920.000 SECTION 00460 UST OF PROPOSED SUBCONTRACTORS FOR WORK ON THIS PROJECT Approximate % of Name Address Telephone No. Contract Amount CSOrrir CONIS1 shfiocrbd 92°• r -3301 5% 706Ez ZowERs Aukau,,14 1 120.764.30 1 !b &rocub flP 5 OS AKosH ( 1210.333.9/ g 5° / o 677E6 .g cscrai G 6i sJ P1 920 • IP/ • 0225 710 LIST OF PROPOSED SUBCONTRACTORS 00460 -1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO v CO 0 r+ O 0 0 0 O 0 0 0 0 0 O O N 0 O CO 0 0 O et O N M N N In 0) M in O) M) C0) c0 o N 0) N- O6 V (n M A O 0) (n 6 M N v- , c- Ps O 0 CD CO 00 0 V' V' 0 C4 CO N O CO M r` O 10 CO N Z C CO r CO M O N CO N- 00 CO LO <t N 00 (D O 00 r (n M 1' O M CO • E co N f0 1, N 0) CA m N 0) N O M N N M Cn .- O) r r r 10 m r CO c) U � � a� vrk y 0 0 0 0 0 o r- (D O 0 1 0 0 CO o 0 v v CD 0 E oa oo °o 0 0 0 0 0 o r` a v (n o r o r v n o 0 C) 10 r0) Cn 00 O) CV r` N N N M 0) O Cn 4 O N N iii N Z >-. d in r co CO co CD O O 10 N r N r p . a CO r (D 0 N co r- V 0) Q C 0 0 N 4 N M O 0.1. N Q N N 0 Z LO 0 CD CD 0 J 0 O 0 O co co in O CO r` 01 J r r r r r r r r r r` n O o er r 0? M I A ) V C 4 7r a co N CO r N r CO co 0 0 0 0 0 0 O 0 0 0 0 0 0 0 (n 0 (n co co co co co co co co N O O O O 0 O O O 0 0 0 0 0 N V N CO CO 0 O O N O 0 O N 0 O O (D co O a 4 a 4 CO d' O co C[) f CD M O r O O O 4 00 CO LO t co co V.4 co r- co v (O CO CO n (n • LO OD M N 0 0 O O v_ a O CO CO V: (D M 01 CD CD CO r V: O m O O 0 v_ 0 a (O Ct CD p E (* ) CO to a (0 r M 00 a M u) M N t` m a v (t) O 0 1 v� (s 'R r r w r r w U o (n L.0 O 0 0 0 O 0 0 0 0 N 0 CO 0) (C') 0 o O 0 0 0 0 0 co co co co O 0 co O co M 4 M co N 0 CO 0 N 0 0 O F- CA C O O O O a V ' 4 O 6 M N (n N (D O si ' O) O O (n Z p N D 0 0 V 0 t` 0 `4 ' CO CO N M r r LO r et M M O ` C 0 O v_ O CD CO v CO O) CD ( U 0 m Cp LC) 10 � r d' CO- C r-- 00 U O 0) (D J o a> U Y F- 0 c o 0 LO 0 u) m o co r r r r r r r r r p O r co M M v e--. ,0 M co r N N r ILO CO CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (n 0 0 0 0 0 M N N o o O 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O N (n 0 0 0 O O O O 0 O O O O 0 0 6 6 6 6 6 6 6 O 10 N: td CC) u) O e V 0 0 0 0 0 0 0 u) 0 0 0 0 CO (n 0 Y.- 0 0 (V r` r- 0 0 CD O 0 0 0 0 CO (n CA N N N CA CA r` u7 O o r r CD CA O CA N O et O O' E O O d' a M N Cn N O) (D M N N N N C N N v.) = ez 0 O 0) 4) 0 N N N N Cn r tel y! N Ir. !A O 0 Z N to 0 O 0 0 0 0 LO 0 0 0 0 0 O (O 0 0 0 0 4C -CO N 0 V C 0 0 0 0 0 0 0 0 0 v 0 0 (n O O 44) r` 0 CO 0 0 0 •CO r- • U T — ° O O O O O O O O O CA 0 0 M O O O 0 0 CD (n t() (0) N Z LL L T. 0 0 CO 0 t 0 N 10 0 0 0 0 C[) N CO r r 0 04 r et LO a� a 2 W c M N LL') (V N 11 c 0 0 O N N N r O • 0 L a 0 ,- z d C° Q r r r r r r 0 0 0 0 ( 0 r r O O v n - Y 0) ■r r r r co O N V r M V G. ;O M r 04 M C o m 0 ' 3 � °° E o o a) Y m N ) c d w j o Ct O m ) o - m > C O ...) O 3 ' ' CJ O N 15 7 0. J N N' d) s o O LL C a - O C N )' 0 d Z W o = co • '0 - l6 'O ▪ a) O W f 0 ( � (%) C O Z f0 C co m - y CC � 0 l) I Q N L C a) O F- J > N _ Z N '- �) hh Q w U rn o $ O Q o Y '- a O w E c F y omn c a = o EO a): 3: J 0 (A oc o) W N 3 c E o Z C) Y: £ e O 3 n i • J C J r- a6 a) a) m .0 - Q i m) > > > O c 0 Q N N : a�i c . i n c a C7 (o O m LL N Q G o: �: 0 0 0 Z z o J a � • - Zvi (n o - x o W 2 a) m LL a wl ) � ; a; a> > N w w 0 o � > c a 3Q - Q W C c rn m a 0 ,- 30w Z ni 2>Yd 21 2 Ce z o o a) J W m co E a o. d a> m J W x a a) ) a a a) ) a) ca J I > o o o 0 o f • m co I- N U N ; o ' ■c' ■c 0 J m m in CD r ~ O W a U is CO >_ (n CO n 0 r 0 CO `t 0 0 O Q Q Q < 1- m 1 O a �) i 1 U C 0 F- U 600000w-cc G O) � O) 0 0 cog — O O O 0 O CO O 0 0 O CO 0 A O O 0 CC h 0 A (0 V 0 0 0 0 V; V• O 0 N O N O C7 0 (NI co V• CO N CO a W M a- O O O M O O 0 0 CV c0 O C A 0) A co t0 N V' N O O O 1'i h N O CO co .,- O CO 0) 0) M Cr O a CO n 00 A 0 a 0) V' CO a A 0) N V• C 0) . CD CD I- co r- in 0) co A r 0) CO N r 0) N M CD CO CO n A N N N N aD r N (0 V' ton N N r r r M V• a N C CO O M CO A h A Cfl r r CA 40 CA • O co O 1') OD 10 V• M 0 OD 0 O I 0 V• a CO I� p O O 0 M A 0) M A 0 V' 0 O W 0) O co M V' N A p O 00 O O N Mr - : 4 O N A N6 N6 O O A co 0 CO N 'r-- N 10 CO 0 r N CV r r CV CO N N N r V' r N N r N 0 O 0 0 0 0 , O r A n co r O co r ,- r r 0 p) co 0_ 0 0 CO O CO CO r r r r r N O /^ \ r O co O O co O O O co O O co 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 O N N 0 0 0 0 a 0 0 0 a 0 0 O O O O N V' O O6 O6 O I- M 6 d' O O a O O 0 M N 0 0 N CO CO 0 0 0 I's O N W CD 0) CO CO CO a CD a CO 0 CO O O O O 0 O 0 CO co C-. co N r CO 0 CO V' 0 CO N CO r h N CO O CO a 0 0 N N N N N O r N O) a )1D N A N N O r t` N a v r v I CO N 1 0 0 0 0 0 0 n n 0* r r � 0, W I i V O 0 0 0 0 aC O A N 0 10 0 O O 0 0 0 0 O 0 0 0 0 0 0 0 0 .K 0 0 R 0 V• 0 0 0 0 p M O O O N O O6 * 0--00C4 O O 0 4. (0 co � s N . Cr) 0 0 V_ N a CN r 0) 1 p CO CV T r N N C� O O co O O 0 co co o a C CD r r n 0 Q O r r ,_ r r 0 0 CD 0) r N c, co O 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 10 O O _ O 0 M 0 0 0 0 0 0 a 0 0 0 0 O CC) 0 10 0 0 0 CO 0 0 0 co 0 0 6 C'i Sri co O a s 0 6 0 0 0 0 0 0 a o 00 o a a a O O a 0) CO CO CO CO 0) CO N N CO W N 0 CO Cs CO a CD O a- M cci co O O a CO CO CO M C') O r N M O 00 r- O r 0 I•- .- O co_ M a0 co co T- N r N N O r N CA O C- N O O M co M CO M� N r a a Op a CA r r r CA 40 N• 0 0 0 0 0 0 M 0 0 0 0 0 0 0 0 O 0 O 0 O 0 N O O M CO (0 co r co co O O O O O (0 O 4D O 0 0 N CO O M C� co 0) O V' O a0 O M C- O r h CD a 0 co co 6 V' (0 N 10 V: N 100 O CO r O 10 CO N r O r N 0) O O O O O Nt 0 r A A r0 Q co r ,- r r 0 0 0 0) N. C O co r N O 'O CO 0 U O to i t c) 0 ? N C r F . 0 05 U co a) O_ 0 K ' C D- W J W = co 0 a) 1- c co V en o f6 C7 y in o) 7 -J U C Z CO Z J O ) o 0 - < O c 0 0. H Q 0 it U a ? c 0 1 1- O � J J c S, rn �' 7 Z Z t 0 Z 0 U Z m j ? W p - 0 -0 0 V v 33 c O co W Q m m LL Z d a c 0 J H Ii W a1 LL 0 H a) a) c N 2 w �� a , o a g Z a V w 1- co v Z a c c V W 0 d v 2 0 ZZ rn d E — a) c o6 O a) 1- H W u = Q d m 0 W rn - ur o 0 c Z J a a) a> N Z 0 o E re 0 O N W o Z S a. o 0 1 7 to a6 _I J c Z CO P. 06 0 r co O F W c U = U c 0 O Y �a J m O O O O C7 a m 0 �? O W W O Co c`4 0 O c , Q W z lam a , > CO 03 J Z I d c LL c O 0 2 LL H F- p o •c J :: o .n cc, = CD CD n) 0. 3 t ) 4 c co o a Z a) y N J W y LL J Z Z W fr t L a) J E W I - i_ Q O iY co 0 w W W Q 0 • 0 CD a Cn 1- o_ Q 11 ii: Q a W W M Q O j L7 t4 I- it I- I- 1- 1 - J ' F - 0 N C? 0 J r N M 1- 0 ) u? CD C'r c 0 r • p N M 1' O CO A O r N 0 J J 0 W W W 1- LL LL u LL LL J LL Li- u.. 0 1- 0 0 0 0 0 0 0 0 1- Z 2 2 I- < Q LL Q Q 1- m o 0 0 0 0 0 0 0 0 0 0 0 .+ 0 0 CO 0 0 0 0 N CO N N 0 0 0 Co 0 0 0 0 H • C0 O 4 a O co 'o co 00 N V N ti 6 CA Z 0 O M t}' CO O to CA C•) co N C'7 LCD P N CO N U I` N c0 co in r n • M CD N M 1 r O 0 E 1!) M N O CO M +- c o in 1O 6 A V CO O a) ' U N L0 In U .).=• CD 0 CO 0 M O O O O O 0 0 ) 0 0 0 0 0 0 I-. _ O C co O co O LC) f` d• T- Z >+ w M C[) CO 4 N N N V (0 O CB ] N co a to co co to N 4 CO F' L 0) N OD 0 CO CO c c 4 U p U O t- M m Z N U O 0 J O J a O O O o 0 0 0 0 0 . p O o O r 0 N ,- r r r m O co O 0 0 0 0 0 0 0 0 0 0 0 �' 0 0 0 0 0 0 O O O O 0 O O O O O O O O y O O O O O O a 4 O O M c o O O (/) O o O C G CO A n a v O 00 CO 'n 1 n • CO 0 1 1 0 l 0 10n r 1- 0 to n to t- to CO r CC) M o co T 00 r I) r: 6 o ao v 1- co E h. M 09 O O +- N N M N N N U cao O O o 0 0 0 ° o ° o , ° o ° o ° o ° o • o cci Z N c 0 0 0 o r o o 0 o o c6 j 10 t c 0 o o co C L n _ r C cc, ,-• I U U 0 C y ..0 Cn 1n M h N N N 0 0 O M Q co cc _ o o { > a 0 0 o O O o N O o C''.. o O co o M f k m rn O O O 0 0 0 0 0 0 O 0 0 C d) 0 0 0 0 0 0 0 O O O 0 0000 0 0 0 O O CO O CO O O Oa O O 00 L n 0 � T Os O w 0 co M 4 A O O h U 0 in LC) 0 0 0 o co 4 CAM M n O) N C') to n CO Q CO CO M CO N N O M N OD CO • Cn N O O N M lO m O co R V' N N M N O CO N O N M r Z N L • L C) 0 v r` 0 0 o 0 o 0 o o 0 0 O a E 0 0 0 0 O 0 0 6 0 0 r co 0 0 O d 7 0 O O M N 0 M d N- 0 0 Z • LL N 0 (0 I.0 N r 6) r` Cn _ i = (.0 C 5 r CA 0 N 0 N I fa- CO Z 0 'd 1- T- l- ( N r in J o O Y ¢ v N a i 0 W > > Zm'° 0 N c 11) 0 co y O N o i > o W O o o N W Q CO > 05 CI I - c Z L` m ~ J ° ° 1 z O m O J a= a 0 i N Z ¢ - > I cu a W Z � c W w�N = co c LL ? ° ¢ Ow O O ¢ mz rL ° N v ca Z re 1 W W i W t N ¢ 71 N j W U� N O p — m Q o W w _ n d -- W H Z N zm os G a Q UZ m gN E c^gW Q y Nw E E c a J r) O W w a � J iO « . W F- yJ fn a s Li W U uj d m F m m Y Z 2 m to W w O W fn > f' o to y O P2 IX O¢ ILI N M H C O cacao I- I O O O O O 0 0 0 0 CD co 0 0 O 0 0 0 0 0 0 O 0 0 CO CO O 0 0 04 N O N a O CO CO O O CO N CO CO CO O 0 0 0 O CO 0 0 n .- CD O O 0 In rn a n a M N O CO O n a 6 CO O M N 0 r CD M Q) co n n N O) n N n N C 0 W 00 0) CD 0 CO 0 CO a C0 CO N N CO N CO O a- N n n W 0 CO CO CO 0 N O O N 0) n CO a- n O) a n n N 0 n O M N CO 0 Cl CD Of O OA O! - M r CO - o CO CD M O O 0 N N N 0 N N Cl N N , N 0 N CO CO CO 0 N O CO 0) N 0 N 0 0 0 0) a O 0 M a 10 CA 0 cr CO CA n O r 0 CD M 0 0 0 CC) 0 0 n O) r- co co co CO 0 0 M d' M N n O 0 O M N CO M O 0) n M Ni M D a n a a a 6 N O N r 0 CO N r CD N 0) a n N a co N CA O n co Cl r CO CV N c) r r r 0 O O O O O O 00 O 0 0 0 O O O 0 0 0 • O O 0 0 0 O O O O O O 0 O O ' • ',3 O O O p p p O O p N co O 1*-- C r r C r r r C7) CO r r N CO M M • r r 0 N s r N r O O O O O O 00000 O 0 O 0 0 0 0 - 0 0 0 0 0 000 0 0 0 0 0 M 0 0 O O O O O 00 00 O 0 O 0 0 0 0 0 0 0 0 0 0 0 CO 0 0 N 0 0 CO CO O O n O n O O O Ni O_ ' CO 00 N 6 0 O 0 N _ V O O CO N '0• N [Y 0 0 a 0 CC) 0 0) M M CO n n o 00 CO N CO O n 0 0 LO 0 0 0 CO O a CO CO CO N 0 00 00 CO 0 r 0 4 c M CO N CO n C n a M N N 0 M M N ci CO a n N co N v n a m M LO CO N b n r 0 O O O 00 O O O 0 O O O O O O 0 a 0 o 0 co 6 N 00 0 0 0000 n O 0 O n N 0 0 0 0 0 0 N O M O 0 O m M N CO N CO N n n O O N O CO N O CO 4 a N M r r O CO co CC) CC) r n a M a n CD N- N a C 00 C) M N- CO 0 N CO Ni n r O O O O O O p O O • O O 0 O O O co • O p 0 0 0 0 p p 0 • • N O 0 N CV 0 • r CO C a O �, O • V. � T p O N 03 N C7) n CO r CO c a co r r r O) CV co co r r a 1. r N a r N v 0 0 ` 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 N O 0 0 0 N O O 0 O O 0 4 O O 'V' 00 M M O O O r O 6 6 O 0 C7 CO N O CO n 0 0 a 0 0 a O 0 0 CO CO n n co O O O O 0 v a LC) N CO 0 1 0) 0 0 CA CC) Cl) M M 0 N O CO 0 a n n n n n 0 CO CO CO h 0) 0 n N 0 M C 0c 0 CO a N a v M r w LC) ti O N O a N N CO a . 0 a O M CCD N N LC) CO r r r N r 0 0 0 0 0 O 0 0 O 0 �C 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 O 0 iC O O O O 0 O O co O CO 0 0 a N M M 0 p N 0 O O O O 0 O 0 0 M co 0 CO CO 0 r r co 0 N 0 CD 0 O P r CO a a 00 r W N N 0 CV r N O a r N 9_ 4 CO r co r st CO r r r C7) N r O - r N CD 0 M r,- r r 1 N a r N NI 0) C N Q C O a H H co o 0 'P 1- J LL w N _ W o ti w e7 H 0 a m CD 0 H m Z U> m tj Q , w c :—, o - ix w CD a Z > W 5 V Q 2 LL en c m 0 8 JO m m O Q Q o _ w >> 0) ca c o a c i Q Z R m to i- C0� o f m o b o o n o i s Cu • •- E O v 0 a rn n J , C7 E 3 3 X o O d a c .c v 2 'C E U 3 Z O C O C p Q a Z N JJ Y Y a d L L ' -o •' m> LL m Q C7 y o r f . 0 O ' � v 0 Q 0 a o CD 0 @ m m ' ' O w �' t v ° m N N LL D c o '- a> M a) W F" mQ o v � W � U U Z _ 'O wC c 2 a , cc v 3 w Z U c U Q ° O m y W y m m Z Z °? ° :? > 1 N( to U C N - Q' O C • Y o O C Q H D N w . W 2 5. E m < a) T2 L m 0) a) p W 'w a o W U m Q - v o t9 o c) > o o a c co v cm a Q o o c o 0 o m E Z Z n " c c c c c > i c 2 0)000 as o w a c ' a W 5N m �m -I ; U U a0 0-1 �irir030-2 C? u? CO C > W r N M m r I- �... 0 1) 0 r N ) 1- 0. r N� M N i 1- J r N M CO 0 CO 0 0 0 0 0 1- 0 0 0 0 0 O� W w 0 Q Q.- Q Q Q Q 1- m m m� m it m 0 • 0 0 0 0 0) 0 0 sr m O O O O CO CD )• CO CO CO Co) P- in 0 0 0 N O M M )- O r N 0). CO M ai a 0 W N O 03 C{] O O CO n CO N n M co co o O C? CD M N N O? r' A 1 Q C> 0 In C1 C) CC) ) - N M 47 si ‘- E N n 0 N Cr 0 F- 4) — r v' — n o r- o v o M � 0 Cr) 0) Cfl M 0 N r` ° a C7 o M.- N O co M c o ' CO N N 0) • ' Z j .7 CO N N L C1 ■ <r•-•1 ° U 0 o � Z N J 0 0 0 0 O O 0 0 0 a If) p • J 0 0 0 0 q O • N • N CP 1- 4 m M M M O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 CO CO N.4 Cb N- N CD 0 N 0 1n O O n co Cn 0 N O M f- CO in CD CO aD ID CCO 0 CO N O E 0 ao )[) M O r' m 0 0 N 0 N p v v :' r n n U 0 'n Q.' = 0 0 N CC) 0 o 0 0 0 ..: '� 0 0� Cr 0 0 0 0 O La 6 Z N c M # M d' O- N C 6) O = o ` U C a7 O [ ') N N co 0 0 La Y sr c V ° o �- CO C O O o 0 O a 1 D O o 0 0 0 0 0 0 0 U � ' ° ° • o O � O n ,� 0 0 o co Lc; N r O N • 8 0 m M Ch C'7 CA N LO 0 00000000 0 0 0 O t H O O co O in Ca CO n u) 0 n *r. C 0 0 0 N f� CO CD N N 6 M C U C COO 0 CO 0 C N 7 M CI CD ) 0 n a a a Q N a Ti , Up O E C ~ i j N O N 0 O N A - N O) c T- co yo m '- n c O) Z In • 0 0 0 in 0 0 0 0 00 ' 0 Q U _ O 0 O Co O 0 13) 'p Z �� aa�n La. -Cn -01 M 0 CC) 0 N Co N 1 Z � c 0 N '� 1 E d- U V = a Z n a c O � N v a CD N a a M M M O a Q m 0 < N In aO N d i = N n a O' F" N 0 CD O O Cf3 ID L O 0 v-- .c ▪ :0- O a a c 0 (9 a ) a : a c x ,c Z a) 0 ▪ m c a) E Q V a `� a co C7 pp aa) a) — o c c a Z a) C) 2 c > °-) O - m F- E _ a a) f 0 ° E p U � a H O s a • I O W c ° Z 0 J c 0 Z o 0 a ' t O O 2 c a o c c Q U U F c $ - n Z m Z y c co Q ' Q a y F -J 0 '= a CO N E .N °) c o E J co _ .c c c o Z ZU' c 0 m m ° ti E K 2 2 2 O i- E 19 v a mC7 .'- ° 'c w J rn d a) =' o -o <,, a a 0 a d II ii: CO LL 0 = min °m°��,a�t a ESQ 0 w E E J R 0 c 0 CA 1- a. co m ii I= 0 Q E a) m v a v v v v a v 0 ui ..:1- w 0 1- (60000000m- F i i I