CR 106 Bridge Rehabilitation 2024

From: Coshocton(County)

Basic Details

started - 31 Mar, 2024 (28 days ago)

Start Date

31 Mar, 2024 (28 days ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
County of Coshocton

Customer / Agency

County of Coshocton
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY COMMISSIONERS 4011⁄2 Main Street Coshocton, OH 43812 Coshocton County Engineer 23194 County Road 621 Coshocton, OH 43812 Bid Opening: Monday, April 15, 2024 at 9:00 a.m. Coshocton County Commissioners Office Advertised: March 28, 2024, April 4, 2024 and online COSHOCTON COUNTY COMMISSIONERS CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY ENGINEER TABLE OF CONTENTS DESCRIPTION PAGE BIDDING REQUIREMENTS Legal Notice - Invitation to Bid Information To Bidders BR 1-4 Criteria for Selection of Competitive Bids BR 5-6 Wage Rates BIDDING FORMS Proposal Bond BF 1-1A Experience Statement BF 2 Time Of Completion BF 3 Certification Of Non-Segregated Facilities BF 4 Form Of Non-Collusion Affidavit BF 5 Personal Property Tax Affidavit BF 6 Bid Sheet BF 7 CONTRACT FORMS Contract CF 1 General Specifications CF 2-3 Construction Regulations CF 4-6 General Clauses CF 7-16 Performance And Payment Bond CF 17 Signature Sheet CF 18 Legal And Fiscal Officers CF 19
Detailed Specifications Project Work Specifications DS 1-2 COSHOCTON COUNTY COMMISSIONERS COSHOCTON COUNTY ENGINEER CR 106 BRIDGE REHABILITATION INVITATION TO BID Sealed proposals for improvements by constructing the CR 106 BRIDGE REHABILITATION, Coshocton, Ohio, will be received by the Coshocton County Commissioners, Coshocton, Ohio at 4011⁄2 Main St., 9:00 a.m., local time, Monday, April 15, 2024, and then and there publicly opened and read. The work under this improvement consists of everything necessary to complete the project as shown by the plans and specifications for said items on file in the office of the County Engineer, 23194 County Road 621, Coshocton, Ohio 43812. Complete specifications, including contract and proposal forms and full information for bidders may be obtained via the web at www.coshoctoncounty.net/engineer/currentbiddingprojects/ or from the office of the County Engineer. Prospective bidders are required to register with Coshocton County in order to receive any addenda information. Each proposal must be accompanied by a bond with an approved surety company as surety, in the sum of 100 percent of the amount of the bid as surety for the execution of the contract, or certified check for the amount of 10% of the bid on some solvent bank within the City of Coshocton, and made payable to the Coshocton County Treasurer, Coshocton, Ohio. Please mark all envelopes CR 106 BRIDGE REHABILITATION, April 15, 2024. The Owner reserves the right to waive any formalities or to reject any and all bids. Board of County Commissioners Coshocton County, Ohio. _________________________________________________ _________________________________________________ _________________________________________________ ADVERTISED: March 28, 2024, April 4, 2024 and online CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BR 1 INFORMATION TO BIDDERS All proposals must be made on the forms contained herein and the bid price must be written therein, in figures only. In all items, bids must be made separately on labor and material and the total price for each unit shall be the "Total (sum of labor and material)". In the event of conflict, the "Total" of the unit price or lump sum bid shall govern. Each bidder must bid on all items, alternates, deductions and additions contained in the bidding forms. All proposals not in conformity with this notice may be considered informal and may be rejected. Potential bidders are required to register with the Office of the Coshocton County Engineer. Registration is complimentary and will ensure bidders receive any addendum and pertinent material. Each bidder is required to state in his proposal his name, place of residence and the names of all persons interested with him. In case of a corporation, the names of other than the president and secretary need not be given. References shall be furnished to establish the skill and business standing of the bidder. The bidder must complete and submit all bidding forms as noted in the Table of Contents of these Contract Documents. Failure to complete the forms and submit the same at the bid opening may result in a non-responsive bid. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications, or other proposed contract documents, he may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum duly issued and a copy of such addendum will be mailed or delivered electronically to each person receiving a set of such documents. The awarding authority will not be responsible for any other explanations or interpretations of the proposed documents. If there is a conflict between the detailed plans and specifications, the detailed plans shall prevail. The bidder is required to examine carefully the site of the work, the proposal, plans and specifications, and to read and acquaint himself with the contract form for the work contemplated. The bidder, in submitting a proposal, warrants that he has investigated and is acquainted with the conditions to be encountered for performing the work including the character, quality and quantities of work to be performed and materials to be furnished, the prevailing hourly wage rates for the area in which the project is located and the requirements of the contract documents hereinafter defined. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination and is satisfied as to all conditions which will affect the work. The quantities listed in the proposal form are to be considered as approximate and are to be used only for the comparison of the bids and as basis for computing amounts of security or penal sums of bonds to be furnished. The unit prices to be tendered by the bidders are to be tendered expressly for the scheduled quantities as they may be increased or decreased. Payments, except for lump sum contracts, will be made to the Contractor for the actual quantities only of work CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BR 2 performed or materials furnished in accordance with the plans and specifications, and it is understood that the scheduled quantities of work to be done and materials to be furnished may be increased or decreased without in any way invalidating the unit bid price. Daily quantities shall be provided. The successful bidder will be required to execute the contract within fifteen (15) days after the award of the work to him and shall furnish bond for the faithful performance of said contract in the sum of 100 percent of the total amount of his bid. The contract bond shall be in the form attached to the specifications with an approved surety company as surety. In case of failure to execute the contract as stated or to furnish performance bond, the bidder will be considered to have abandoned the contract and the bond or check accompanying the proposal shall be forfeited to the Owner, not as penalty but as liquidated damages. The Coshocton County Commissioners must approve the sureties. The contract shall be awarded to the lowest and best bidder. Following the bid opening, the Owner shall determine the items, alternates and additions to be performed. Total bids will be calculated by adding the amounts bid by each bidder for such items, alternates and additions, less the deductions, so selected by the Owner in determining the lowest and best bid. The Owner reserves the right to reject any and all bids. The successful bidder will be further required to furnish the Owner with a complete breakdown of the lump sum bid items, to the satisfaction of the Engineer, before signing the contract documents. In determining the award, consideration will be given to (A) whether bidder maintains a permanent place of business, (B) suitability of the bidder's plant and equipment for the work, (C) bidder's financial status and organizations, (D) bidder's record of experience in constructing improvements of this type, (E) lowest and best bidder. Check bid deposits of any bidders except the three lowest and best bidders will be returned within ten (10) days after opening bids. The bid deposit of the three lowest and best bidders will be returned within 48 hours after the executed contract and required bonds have been approved by the Owner. The U.S. Department of Labor "Safety and Health Regulations for Construction" identified as Chapter XVII of Title 29, Code of Federal Regulations (CFR) Part 1926 (formerly Part 1518) and subsequent amendments are hereby made a part of these specifications. Wherever the words "Owner" or "County" are used herein, they refer to the Coshocton County Commissioners, Ohio. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BR 3 We are advised that materials to be incorporated in this work may be purchased by the Contractor free of State of Ohio sales tax. Attention is called to the prevailing rates of wages to be paid for labor on public improvements in Coshocton County, Ohio, as ascertained by the Department of Industrial Relations, State of Ohio, or the Federal Department of Labor, as applicable. The Owner reserves the right to hold bids for a period of sixty (60) days after date of opening and to award the contract at any time during that period. Ohio Prevailing Wages SECTION 4115.071 (Wage Coordinator; powers and duties) (A) Each contracting public authority that enters into a contract other than for printing, binding and related services, whose Contractor and Subcontractors are subject to chapter 4115 of the Ohio Revised Code (ORC) shall, no later than ten days before the first payment of wages is payable to any employee of any Contractor or Subcontractor, designate and appoint one of its own employees to serve as the prevailing wage coordinator during the life of the contract. The duties of the coordinator shall include: 1. Setting up and maintaining, available for public inspection, files of payroll reports submitted by Contractors and Subcontractors pursuant to Chapter 4115 of the ORC; 2. Ascertaining from each Contractor or Subcontractor, at the beginning of performance under the contract, the dates during its life when payment of wages to employees are to be made; 3. Receiving from each Contractor or Subcontractor, a copy of his complete payroll for each date exhibiting for each employee paid any wages, his name, current address, social security number, number of hours worked each day during the pay period and the total for each week, his hourly rate of pay, his job classification, fringe payments, and deductions from his wages; 4. Establishing and following procedures to monitor the compliance by each Contractor and Subcontractor with the requirement imposed by this section for timely filing of copies of payroll records; 5. Reporting any delinquency in filing to the chief officer of the contracting public authority. (B) Any contracting public authority having a permanent employee with the title, powers and functions described herein for the prevailing wage coordinator need not separately designate and appoint an employee for each public work contract entered into by the contracting public authority. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BR 4 (C) Every Contractor and Subcontractor who is subject to Chapter 4115 of the ORC shall, as soon as he begins performance under his contract with any contracting public authority, supply to the prevailing wage coordinator of the contracting public authority a schedule of the dates during the life of his contract with the authority on which he is required to pay wages to employees. He shall also deliver to the prevailing wage coordinator a certified copy of his payroll, within three weeks after each pay date which shall exhibit for each employee paid any wages, his name, current address, social security number, number of hours worked during each day of the pay period and the total for each week, his hourly rate of pay, his job classification, fringe payments, and deductions from his wages. The certification of each payroll shall be executed by the Contractor, Subcontractor, or duly appointed agent thereof and shall recite that the payroll is correct and complete and that the wage rates shown are not less than those required by the contract. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BR 5 Coshocton County Commissioners CR 106 BRIDGE REHABILITATION Coshocton County Board of Commissioners Criteria for Selection of Competitive Bids GENERAL PROVISIONS 1. The contract will be awarded to the Contractor who submits the lowest and best bid for the project. Each Contractor shall submit evidence with their bid that they can comply with these specifications for this work. The county reserves the right to add or delete from the estimated quantities. Factors to be considered by the Coshocton County Commissioners in determining which bid is the lowest and best will include: A. Each bidder’s experience with similar projects and its ability to complete the work in a timely manner; B. Previous dealings between each bidder and the Coshocton County Board of Commissioners and/or the Project Manager; C. Each bidder’s past history of initiating litigation and history of having litigation initiated against it; D. Any bidders’ failure to fully respond to each question and/or to supply all information requested in the bid contract documents; E. Whether or not the bid guaranty documentation filed as required by R.C.§ 153.54 can be verified as authentic by the Coshocton County Commissioners; F. Each bidder’s demonstration of its ability, at the time that the bid is awarded, to meet the specific requirements/scope of work of the Project Manager. G. Any recommendation of the Project Manager, although the Coshocton County Board of Commissioners retain the discretion to reject any recommendation of the Project Manager. 2. The Coshocton County Board of Commissioners reserve the right to waive any bid deficiency, so long as it is determined that the deficiency is minor and that the bidder does not receive a competitive advantage by this deficiency. 3. As required by R.C. § 153.54, each proposal must be accompanied by a certified check, bid bond or a letter of credit in an amount equal to 10% of total bid tendered, and made payable to Coshocton County Treasurer as a guarantee that, if the proposal is accepted, a contract will be retained upon proper execution of contract with successful bidder. 4. The successful bidder will be required to furnish a performance bond in the amount of 100% of his total bid, Certificate of Insurance, Workers Compensation certificate, an Affidavit for CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BR 6 Contractor or Supplier of Non-Delinquency of Personal Property Taxes, and an Affidavit of Compliance of HB 694. 5. Work shall not commence prior to April 22, 2024 and shall be completed no later than July 31, 2024. 6. The Coshocton County Board of Commissioners reserves the right to reject any and all bids. Prevailing Wage Determination Cover Letter County: COSHOCTON Determination Date: 03/21/2024 Expiration Date: 06/21/2024 THE FOLLOWING PAGES ARE PREVAILING RATES OF WAGES ON PUBLIC IMPROVEMENTS FAIRLY ESTIMATED TO BE MORE THAN THE AMOUNT IN O.R.C. SEC. 4115.03 (b) (1) or (2), AS APPLICABLE. Section 4115.05 provides, in part: “Where contracts are not awarded or construction undertaken within ninety days from the date of the establishment of the prevailing wages, there shall be a redetermination of the prevailing rate of wages before the contract is awarded.” The expiration date of this wage schedule is listed above for your convenience only. This wage determination is not intended as a blanket determination to be used for all projects during this period without prior approval of this Department. Section 4115.04, Ohio Revised Code provides, in part: “Such schedule of wages shall be attached to and made a part of the specifications for the work, and shall be printed on the bidding blanks where the work is done by contract...” The contract between the letting authority and the successful bidder shall contain a statement requiring that mechanics and laborers be paid a prevailing rate of wage as required in Section 4115.06, Ohio Revised Code. The contractor or subcontractor is required to file with the contracting public authority upon completion of the project and prior to final payment therefore an affidavit stating that he has fully complied with Chapter 4115 of the Ohio Revised Code. The wage rates contained in this schedule are the “Prevailing Wages” as defined by Section 4115.03, Ohio Revised Code (the basic hourly rates plus certain fringe benefits). These rates and fringes shall be a minimum to be paid under a contract regulated by Chapter 4115 of the Ohio Revised Code by contractors and subcontractors. The prevailing wage rates contained in this schedule include the effective dates and wage rates currently on file. In cases where future effective dates are not included in this schedule, modifications to the wage schedule will be furnished to the Prevailing Wage Coordinator appointed by the public authority as soon as prevailing wage rates increases are received by this office. “There shall be posted in a prominent and accessible place on the site of work a legible statement of the Schedule of Wage Rates specified in the contract to the various classifications of laborers, workmen, and mechanics employed, said statement to remain posted during the life of such contract.” Section 4115.07, Ohio Revised Code. Apprentices will be permitted to work only under a bona fide apprenticeship program if such program exists and if such program is registered with the Ohio Apprenticeship Council. Section 4115.071 provides that no later than ten days before the first payment of wages is due to any employee of any contractor or subcontractor working on a contract regulated by Chapter 4115, Ohio Revised Code, the contracting public authority shall appoint one of his own employees to act as the prevailing wage coordinator for said contract. The duties of the prevailing wage coordinator are outlined in Section 4115.071 of the Ohio Revised Code. Section 4115.05 provides for an escalator in the prevailing wage rate. Each time a new rate is established, that rate is required to be paid on all ongoing public improvement projects. A further requirement of Section 4115.05 of the Ohio Revised Code is: “On the occasion of the first pay date under a contract, the contractor shall furnish each employee not covered by a collective bargaining agreement or understanding between employers and bona fide organizations of Labor with individual written notification of the job classification to which the employee is assigned, the prevailing wage determined to be applicable to that classification, separated into the hourly rate of pay and the fringe payments, and the identity of the prevailing wage Coordinator appointed by the public authority. The contractor or subcontractor shall furnish the same notification to each affected employee every time the job classification of the employee is changed.” Work performed in connection with the installation of modular furniture may be subject to prevailing wage. THIS PACKET IS NOT TO BE SEPARATED BUT IS TO REMAIN COMPLETE AS IT IS SUBMITTED TO YOU. (Reference guidelines and forms are included in this packet to be helpful in the compliance of the Prevailing Wage law.) wh1500 Prevailing Wage Rate Skilled Crafts Name of Union: Ironworker Local 550 Glass & Curtain Wall Change # : LCN01-2017fbLoc550 Craft : Ironworker Effective Date : 07/01/2017 Last Posted : 06/28/2017 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Ironworker Glass & Curtain Wall $22.00 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $36.89 $47.89 Apprentice Percent 1st 6 months 60.00 $13.20 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $28.09 $34.69 2nd 6 months 65.00 $14.30 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $29.19 $36.34 3rd 6 months 70.00 $15.40 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $30.29 $37.99 4th 6 months 75.00 $16.50 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $31.39 $39.64 5th 6 months 80.00 $17.60 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $32.49 $41.29 6th 6 months 85.00 $18.70 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $33.59 $42.94 7th 6 months 90.00 $19.80 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $34.69 $44.59 8th 6 months 95.00 $20.90 $7.00 $7.47 $0.09 $0.00 $0.33 $0.00 $0.00 $0.00 $35.79 $46.24 Special Calculation Note : Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Apprentice to 1 Journeymen ASHLAND, CARROLL, COLUMBIANA*, COSHOCTON, HOLMES, HURON*, MAHONING*, MEDINA*, PORTAGE*, RICHLAND, STARK, SUMMIT*, TUSCARAWAS, WAYNE Special Jurisdictional Note : The jurisdictional line between Locals 17 and 550 is determined as follows: All territory North of Old Route 224 line is to be within the jurisdiction of Local 17. All territory South of Old Route 224 line is to be the jurisdiction of Local 550, except for everything within the City limits of Barberton which shall be under the jurisdiction of Local 17. Details : Prevailing Wage Rate Skilled Crafts Name of Union: Truck Driver Bldg & HevHwy Class 1 Locals 20,40,92,92b,100,175,284,438,377,637,908,957 Change # : LCN01-2023ibBldgHevHwy Craft : Truck Driver Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Truck Driver CLASS 1 4 wheel service, dump, and batch trucks; drivers on tandems; truck sweepers (not to include power sweepers & scrubbers) $31.24 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $48.39 $64.01 Apprentice Percent First 6 months 80.00 $24.99 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $42.14 $54.64 7-12 months 85.00 $26.55 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $43.70 $56.98 13-18 months 90.00 $28.12 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $45.27 $59.32 19-24 months 95.00 $29.68 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $46.83 $61.67 25-30 months 100.00 $31.24 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $48.39 $64.01 Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT Special Jurisdictional Note : Details : Prevailing Wage Rate Skilled Crafts Name of Union: Truck Driver Bldg & HevHwy Class 2 Locals 20,40,92,92b,100,175,284,438,377,637,908,957 Change # : LCN01-2023ibBldgHevHwy Craft : Truck Driver Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Truck Driver CLASS 2 Tractor Trailer-Semi Tractor Trucks; Pole Trailers; Ready Mix Trucks; Fuel Trucks; 5 Axle & Over; Belly Dumps; Low boys - Heavy duty Equipment(irrespective of load carried) when used exclusively for transportation; Truck Mechanics (when needed) $31.66 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $48.81 $64.64 Apprentice Percent First 6 months 80.00 $25.33 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $42.48 $55.14 7-12 months 85.00 $26.91 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $44.06 $57.52 13-18 months 90.00 $28.49 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $45.64 $59.89 19-24 months 95.00 $30.08 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $47.23 $62.27 25-30 months 100.00 $31.66 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $48.81 $64.64 Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT Special Jurisdictional Note : Details : Prevailing Wage Rate Skilled Crafts Name of Union: Truck Driver Bldg & HevHwy Class 3 Locals 20,40,92,92b,100,175,284,438,377,637,908,957 Change # : LCN01-2023ibBldgHevHwy3 Craft : Truck Driver Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Truck Driver CLASS 3 Articulated Dump Trucks; Ridge- Frame Rock Trucks; Distributor Trucks) $32.66 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $49.81 $66.14 Apprentice Percent First 6 months 80.00 $26.13 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $43.28 $56.34 7-12 months 85.00 $27.76 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $44.91 $58.79 13-18 months 90.00 $29.39 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $46.54 $61.24 19-24 months 95.00 $31.03 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $48.18 $63.69 25-30 months 100.00 $32.66 $7.75 $9.20 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $49.81 $66.14 Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT Special Jurisdictional Note : Details : Prevailing Wage Rate Skilled Crafts Name of Union: Operating Engineers - HevHwy Zone II Change # : LCN01-2023ibLoc18hevhwyII Craft : Operating Engineer Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Operator Class A $41.49 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $57.74 $78.48 Operator Class B $41.37 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $57.62 $78.30 Operator Class C $40.33 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $56.58 $76.74 Operator Class D $39.15 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $55.40 $74.97 Operator Class E $33.69 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $49.94 $66.78 Master Mechanic $41.74 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $57.99 $78.86 Apprentice Percent 1st Year 50.00 $20.75 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $37.00 $47.37 2nd Year 60.00 $24.89 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $41.14 $53.59 3rd Year 70.00 $29.04 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $45.29 $59.81 4th Year 80.00 $33.19 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $49.44 $66.04 Field Mech Trainee Class 2 1st year 50.00 $20.75 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $37.00 $47.37 2nd year 60.00 $24.89 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $41.14 $53.59 3rd year 70.00 $29.04 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $45.29 $59.81 4th year 80.00 $33.19 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $49.44 $66.04 Special Calculation Note : Other: Education & Safety Fund is $0.09 per hour. *Misc is National Training Ratio : Jurisdiction ( * denotes special jurisdictional note ) : For every (3) Operating Engineer Journeymen employed by the company, there may be employed (1) Registered Apprentice or Trainee Engineer through the referral when they are available. An Apprentice, while ADAMS, ALLEN, ASHLAND, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, employed as part of a crew per Article VIII, paragraph 65 will not be subject to the apprenticeship ratios in this collective bargaining agreement DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LUCAS, MADISON, MARION, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT Special Jurisdictional Note : Details : **Apprentices wilt receive a 10% increase on top of the percentages listed above provided they are operating mobile equipment. Mechanic Trainees will receive 10% increase if they are required to have CDL. Class A - Air Compressors on Steel Erection; Asphalt Plant Engineers (Cleveland District Only); Barrier Moving Machine; Boiler Operators, Compressor Operators, or Generators, when mounted on a rig; Boom Trucks (all types); Cableways; Cherry Pickers; Combination- Concrete Mixers & Towers; Concrete Plants (over 4 yd capacity); Concrete Pumps; Cranes (all types); Compact Cranes track or rubber over 4,000 pounds capacity; Cranes self-erecting stationary, track or truck; Derricks (all types); Draglines; Dredges dipper, clam or suction; Elevating Graders or Euclid Loaders; Floating Equipment (all types); Gradalls; Helicopter Crew (Operator- hoist or winch); Hoes (all types); Hoisting Engines; Hoisting Engines, on shaft or tunnel work; Hydraulic Gantry (lifting system); Industrial-type Tractors; Jet Engine Dryer (D8 or D9) diesel Tractors; Locomotives (standard gauge); Maintenance Operators/Technicians (class A); Mixers, paving (single or double drum); Mucking Machines; Multiple Scrapers; Piledriving Machines (all types); Power Shovels, Prentice Loader; Quad 9 (double pusher); Rail Tamper (with automatic lifting and aligning device); Refrigerating Machines (freezer operation); Rotary Drills, on caisson work; Rough Terrain Fork Lift with winch/hoist; Side Booms; Slip Form Pavers; Survey Crew Party Chiefs; Tower Derricks; Tree Shredders; Trench Machines (over 24” wide); Truck Mounted Concrete Pumps; Tug Boats; Tunnel Machines and /or Mining Machines; Wheel Excavators. Class B - Asphalt Pavers; Automatic Subgrade Machines, self-propelled (CMI-type); Bobcat-type and /or Skid Steer Loader with hoe attachment greater than 7000 lbs.; Boring Machine Operators (more than 48 inches); Bulldozers; Concrete Saws, Vermeer type; Endloaders; Horizontal Directional Drill (50,000 ft. lbs. thrust and over); Hydro Milling Machine; Kolman-type Loaders (production type-dirt); Lead Greasemen; Lighting and Traffic Signal Installation Equipment includes all groups or classifications; Maintenance Operators/Technicians, Class B; Material Transfer Equipment (shuttle buggy) Asphalt; Pettibone-Rail Equipment; Power Graders; Power Scrapers; Push Cats; Rotomills (all), Grinders and Planners of all types, Groovers (excluding walk- behinds); Trench Machines (24 inch wide and under). Class C - A-Frames; Air Compressors, on tunnel work (low Pressure); Articulating/straight bed end dumps if assigned (minus $4.00 per hour); Asphalt Plant Engineers (Portage and Summit Counties only); Bobcat-type and/or skid steer loader with or without attachments; Drones; Highway Drills (all types); HydroVac/Excavator (when a second person is needed, the rate of pay will be “Class E”); Locomotives (narrow gauge); Material Hoist/Elevators; Mixers, concrete (more than one bag capacity); Mixers, one bag capacity (side loader); Power Boilers (over 15 lbs. pressure); Pump Operators (installing or operating well Points); Pumps (4 inch and over discharge); Railroad Tie Inserter/Remover; Rollers, Asphalt; Rotovator (lime-soil Stabilizer); Switch & Tie Tampers (without lifting and aligning device); Utilities Operators, (small equipment); Welding Machines and Generators. Class D – Backfillers and Tampers; Ballast Re-locator; Bar and Joint Installing Machines; Batch Plant Operators; Boring Machine Operators (48 inch or less); Bull Floats; Burlap and Curing Machines; Concrete Plants (capacity 4 yds. and under); Concrete Saws (multiple); Conveyors (highway); Crushers; Deckhands; Farm type tractors, with attachments (highway); Finishing Machines; Firemen, Floating Equipment (all types); Fork Lifts (highway), except masonry; Form Trenchers; Hydro Hammers; Hydro Seeders; Pavement Breakers (hydraulic or cable); Plant Mixers; Post Drivers; Post Hole Diggers; Power Brush Burners; Power Form Handling Equipment; Road Widening Trenchers; Rollers (brick, grade, macadam); Self-Propelled Power Spreaders; Self-Propelled Sub-Graders; Steam Firemen; Survey Instrument men; Tractors, pulling sheepsfoot rollers or graders; Vibratory Compactors, with integral power. Class E - Compressors (portable, Sewer, Heavy and Highway); Cranes-Compact, track or rubber under 4,000 pound capacity; Drum Firemen (asphalt plant); Fueling and greasing (Primary Operator with Specialized CDL Endorsement Add $3.00/hr); Generators; Inboard-Outboard Motor Boat Launches; Masonry Fork Lifts; Oil Heaters (asphalt plant); Oilers/Helpers; Power Driven Heaters (oil fired); Power Scrubbers; Power Sweepers; Pumps (under 4 inch discharge); Signalperson; Survey Rodmen or Chairmen; Tire Repairmen; VAC/ALLS. Master Mechanic - Master Mechanic Prevailing Wage Rate Skilled Crafts Name of Union: Operating Engineers - Building Local 18 - Zone III Change # : LCN01-2023ibLoc18zone3 Craft : Operating Engineer Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Operator Group A $41.49 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $57.74 $78.48 Operator Group B $41.37 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $57.62 $78.30 Operator Group C $40.33 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $56.58 $76.74 Operator Group D $39.15 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $55.40 $74.97 Operator Group E $33.69 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $49.94 $66.78 Master Mechanic $41.74 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $57.99 $78.86 Cranes & Mobile Concrete Pumps 150'-180' $41.99 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $58.24 $79.23 Cranes & Mobile Concrete Pumps 180'-249' $42.49 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $58.74 $79.98 Cranes & Mobile Concrete Pumps 249' and over $42.74 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $58.99 $80.36 Apprentice Percent 1st Year 50.00 $20.75 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $37.00 $47.37 2nd Year 60.00 $24.89 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $41.14 $53.59 3rd Year 70.00 $29.04 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $45.29 $59.81 4th Year 80.00 $33.19 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $49.44 $66.04 Field Mechanic Trainee 1st Year 50.00 $20.75 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $37.00 $47.37 2nd Year 60.00 $24.89 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $41.14 $53.59 3rd Year 70.00 $29.04 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $45.29 $59.81 4th Year 80.00 $33.19 $9.01 $6.25 $0.85 $0.00 $0.00 $0.09 $0.00 $0.05 $49.44 $66.04 Special Calculation Note : Other: Education & Safety $0.09; *Misc is National Training Ratio : Jurisdiction ( * denotes special jurisdictional note ) : For every (3) Operating Engineer Journeymen employed by the company there may be employed (1) Registered Apprentice or trainee Engineer through the referral when they are available. An apprenice, while employed as part of a crew per Article VIII, paragraph 78, will not be subject to the apprenticeship ratios in this collective bargaining agreement ADAMS, ALLEN, ASHLAND, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, MADISON, MARION, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WYANDOT Special Jurisdictional Note : Details : Note: There will be a 10% increase for the apprentices on top of the percentages listed above provided they are operating mobile equipment. Mechanic Trainees will receive 10% increase if required to have CDL Group A- Barrier Moving Machines; Boiler Operators or Compressor Operators, when compressor or boiler is mounted on crane (Piggyback Operation); Boom Trucks (all types); Cableways Cherry Pickers; Combination - Concrete Mixers & Towers; All Concrete Pumps with Booms; Cranes (all types); Compact Cranes, track or rubber over 4,000 pounds capacity; Cranes self-erecting, stationary, track or truck (all configurations); Derricks (all types); Draglines; Dredges (dipper, clam or suction) 3-man crew; Elevating Graders or Euclid Loaders; Floating Equipment; Forklift (rough terrain with winch/hoist); Gradalls; Helicopter Operators, hoisting building materials; Helicopter Winch Operators, Hoisting building materials; Hoes (All types); Hoists (with two or more drums in use); Horizonal Directional Drill; Hydraulic Gantry (lift system); Laser Finishing Machines; Laser Screed and like equipment; Lift Slab or Panel Jack Operators; Locomotives (all types); Maintenance Operator/Technician(Mechanic Operator/Technician and/or Welder); Mixers, paving (multiple drum); Mobile Concrete Pumps, with booms; Panelboards, (all types on site); Pile Drivers; Power Shovels; Prentice Loader; Rail Tamper (with automatic lifting and aligning device); Rotary Drills (all), used on caissons for foundations and sub-structure; Side Booms; Slip Form Pavers; Straddle Carriers (Building Construction on site); Trench Machines (over 24” wide); Tug Boats. Group B - Articulating/end dumps (minus $4.00/hour from Group B rate); Asphalt Pavers; Bobcat-type and/or skid steer loader with hoe attachment greater than 7000 lbs.; Bulldozers; CMI type Equipment; Concrete Saw, Vermeer-type; Endloaders; Hydro Milling Machine; Kolman-type Loaders (Dirt Loading); Lead Greasemen; Mucking Machines; Pettibone-Rail Equipment; Power Graders; Power Scoops; Power Scrapers; Push Cats;, Rotomills (all), grinders and planers of all types. Group C - A-Frames; Air Compressors, Pressurizing Shafts or Tunnels; All Asphalt Rollers; Bobcat-type and/or Skid Steer Loader with or without attachments; Boilers (15 lbs. pressure and over); All Concrete Pumps (without booms with 5 inch system); Fork Lifts (except masonry); Highway Drills - all types (with integral power); Hoists (with one drum); House Elevators (except those automatic call button controlled), Buck Hoists, Transport Platforms, Construction Elevators; Hydro Vac/Excavator (when a second person is needed, the rate of pay will be “Class E”); Man Lifts; Material hoist/elevators; Mud Jacks; Pressure Grouting; Pump Operators (installing or operating Well Points or other types of Dewatering Systems); Pumps (4 inches and over discharge); Railroad Tie (Inserter/Remover); Rotovator (Lime-Soil Stabilizer); Submersible Pumps (4”and over discharge); Switch & Tie Tampers (without lifting and aligning device); Trench Machines (24” and under); Utility Operators. Group D - Backfillers and Tampers; Ballast Re-locator; Batch Plant Operators; Bar and Joint Installing Machines; Bull Floats; Burlap and Curing Machines; Clefplanes; Compressors, on building construction; Concrete Mixers, more than one bag capacity; Concrete Mixers, one bag capacity (side loaders); All Concrete Pumps (without boom with 4” or smaller system); Concrete Spreader; Conveyors, used for handling building materials; Crushers; Deckhands; Drum Fireman (in asphalt plants); Farm type tractors pulling attachments; Finishing Machines; Form Trenchers; Generators: Gunite Machines; Hydro-seeders; Pavement Breakers (hydraulic or cable); Post Drivers; Post Hole Diggers; Pressure Pumps (over 1/2”) discharge); Road Widening Trenchers; Rollers (except asphalt); Self-propelled sub-graders; Shotcrete Machines; Tire Repairmen; Tractors, pulling sheepsfoot post roller or grader; VAC/ALLS; Vibratory Compactors, with integral power; Welders. Group E – Allen Screed Paver (concrete); Boilers (less than 15 lbs. pressure); Cranes-Compact, track or rubber (under 4,000 pounds capacity); Directional Drill “Locator”; Fueling and greasing +$3.00; Inboard/outboard Motor Boat Launches; Light Plant Operators; Masonry Fork Lifts; Oilers/Helpers; Power Driven Heaters (oil fired); Power Scrubbers; Power Sweepers; Pumps (under 4 inch discharge); Signalperson, Submersible Pumps (under 4” discharge). Master Mechanics - Master Mechanic Cranes 150’ – 180’ - Boom & Jib 150 - 180 feet Cranes 180’ – 249’ - Boom & Jib 180 - 249 feet Cranes 250’ and over - Boom & Jib 250-feet or over Prevailing Wage Rate Skilled Crafts Name of Union: Sheet Metal Local 33 (Akron) Change # : LCN01-2023ibLoc33Akron Craft : Sheet Metal Worker Effective Date : 06/01/2023 Last Posted : 05/31/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Sheet Metal Worker $34.90 $9.65 $13.20 $0.93 $0.00 $7.64 $0.00 $0.00 $0.00 $66.32 $83.77 1st year 60.00 $20.94 $9.65 $4.81 $0.17 $0.00 $0.00 $0.00 $0.00 $0.00 $35.57 $46.04 2nd year 65.02 $22.69 $9.65 $5.97 $0.93 $0.00 $3.82 $0.00 $0.00 $0.00 $43.06 $54.41 3rd year 70.00 $24.43 $9.65 $6.37 $0.93 $0.00 $3.82 $0.00 $0.00 $0.00 $45.20 $57.41 4th year 80.00 $27.92 $9.65 $7.18 $0.93 $0.00 $3.82 $0.00 $0.00 $0.00 $49.50 $63.46 Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice 2 Journeymen to 1 Apprentice 3 Journeymen to 2 Apprentice 4 Journeymen to 2 Apprentice 5-7 Journeymen to 3 Apprentice 8-10 Journeymen to 4 Apprentice 11-13 Journeymen to 5 Apprentice 14, 15 Journeymen to 6 Apprentice and maintaining a three to one apprentice ratio thereafter. ASHLAND, CARROLL, COSHOCTON, CRAWFORD, HOLMES, MEDINA, PORTAGE, RICHLAND, STARK, SUMMIT, TUSCARAWAS, WAYNE Special Jurisdictional Note : Details : Scope of Work: This Agreement covers the rates of pay and conditions of employment of all employees of the Employer engaged in, but not limited to, the a) manufacture, fabrication, assembling, handling, erection, installation, dismantling, conditioning, adjustment, alteration, repairing and servicing of all ferrous or non- ferrous metal work and all other materials used in lieu thereof and of all HVAC systems, air-veyor systems, exhaust systems, and air handling systems regardless of material used, including the setting of all equipment and all reinforcements in connection therewith; (b) all lagging over insulation and all duct-lining; (c) testing, servicing, and balancing of all air-handling equipment and duct work; (d) the preparation of all shop and field sketches, whether manually drawn or computer assisted, used in fabrication and erection, including those taken from original architectural and engineering drawings or sketches, and (e) metal roofing; and (f) all other work included in the jurisdictional claims of Sheet Metal Worker's International Association. Industrial Door-Installation and service of overhead doors roll up doors, docks and dock leveling. Prevailing Wage Rate Skilled Crafts Name of Union: Labor Local 134 Building Change # : LCN01-2023ibLoc134 Craft : Laborer Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Laborer Group A $29.78 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $42.53 $57.42 Laborer Group B $30.18 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $42.93 $58.02 Laborer Group C $30.71 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $43.46 $58.82 Laborer Group D $31.13 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $43.88 $59.44 Laborer Group E $20.50 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $33.25 $43.50 Apprentice Percent 0-1000 hrs 60.00 $17.87 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $30.62 $39.55 1001-2000 hrs 70.00 $20.85 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $33.60 $44.02 2001-3000 hrs 80.00 $23.82 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $36.57 $48.49 3001-4000 hrs 90.00 $26.80 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $39.55 $52.95 4001 - Plus 100.00 $29.78 $8.20 $4.05 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $42.53 $57.42 Special Calculation Note : $0.10 for LECET is for Labor Management Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice 3 Journeymen to 1 Apprentice COSHOCTON, HOLMES, TUSCARAWAS Special Jurisdictional Note : Details : Group 1 Building and Construction Laborer, Signalman, Flagman, Tool Cribman, Carpenter Tenders, Finisher Tenders, Concrete Handler, Utility Construction Laborer, Guard Rail Erectors, Hazardous Waste Removal and Lead Abatement Level D Personal Protective Equipment (PPE) Group 2 Bottom Men, Scaffold Builders, Tunnel Laborers, Pipe Layers, Air and Power Driven Tools, Burner on Demolition Work, Swinging Scaffold, Mucker, Caisson Worker, Cofferdam Worker, Powder Men and Dynamite Blasters, Creosote Workers, Form Setter, Plasterer Tender, Hod Carrier, Laser Beam Set-up Man, All Confined Space Work, Furnaces, Pickel Tubs, Acid Pits, and Hazardous Waste Removal and Lead Abatement Level C Personal Protective Equipment. (PPE) Group 3 Mason Tender, Mortar Mixer, Stonemason Tender, Skid Steer Loader, Hazardous Waste Removal and Lead Abatement Level B Personal Protection Equipment (PPE) Group 4 Laborers performing work pertaining to or in connection to repair of stoves, stacks, annealing process, soaking pits, coke batteries, boilers, power houses, chemical plants and ethanol plants (under National Maintenance Agreement) Gunnite Operator and Hazardous Waste Removal and Lead Abatement Level A Personal Protective Equipment (PPE) Group 5 Watchman - Paid a weekly rate with overtime over forty (40) hours at time and one half (1-1/2) plus Health and Welfare, Pension, Training and Upgrading & LECET. Prevailing Wage Rate Skilled Crafts Name of Union: Ironworker Local 550 Change # : LCN01-2023ibLoc550 Craft : Ironworker Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Ironworker $33.00 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $55.68 $72.18 Apprentice Percent 1st 6 months 65.00 $21.45 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $44.13 $54.85 2nd 6 months 69.00 $22.77 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $45.45 $56.84 3rd 6 months 73.00 $24.09 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $46.77 $58.81 4th 6 months 77.00 $25.41 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $48.09 $60.79 5th 6 months 81.00 $26.73 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $49.41 $62.78 6th 6 months 85.00 $28.05 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $50.73 $64.75 7th 6 months 90.00 $29.70 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $52.38 $67.23 8th 6 months 95.00 $31.35 $9.48 $9.02 $0.77 $0.00 $3.00 $0.41 $0.00 $0.00 $54.03 $69.70 Special Calculation Note : OTHER IS: JOURNEYMAN UPGRADE AND WELLNESS FUND. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 4 Journeymen to 1 Apprentice 1 Journeymen to 1 Apprentice, spinning of cable for suspension bridge 1 Journeymen to 1 Apprentice, ornamental work 2 Journeymen to 1 Apprentice, reinforcing work 1 Journeymen to 2 Apprentice, roadway ASHLAND, CARROLL, COLUMBIANA*, COSHOCTON, HOLMES*, HURON, MAHONING*, MEDINA*, PORTAGE*, RICHLAND, STARK, SUMMIT*, TUSCARAWAS, WAYNE Special Jurisdictional Note : The jurisdictional line between Local 17 and Local 550 is determined as follows: All territory North of Old Route 224 line to be within the jurisdiction of Local 17. All territory South of Old Route 224 line is to be the jurisdiction of Local 550, except for everything within the City limits of Barberton which shall be under the jurisdiction of Local 17. Details : Prevailing Wage Rate Skilled Crafts Name of Union: Labor HevHwy 3 Change # : LCN01-2023ibLocalHevHwy3 Craft : Laborer Group 1 Effective Date : 05/01/2023 Last Posted : 04/26/2023 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Laborer Group 1 $34.62 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $48.42 $65.73 Group 2 $34.79 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $48.59 $65.98 Group 3 $35.12 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $48.92 $66.48 Group 4 $35.57 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $49.37 $67.15 Watch Person $27.35 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $41.15 $54.83 Apprentice Percent 0-1000 hrs 60.00 $20.77 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $34.57 $44.96 1001-2000 hrs 70.00 $24.23 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $38.03 $50.15 2001-3000 hrs 80.00 $27.70 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $41.50 $55.34 3001-4000 hrs 90.00 $31.16 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $44.96 $60.54 More than 4000 hrs 100.00 $34.62 $8.20 $4.05 $0.45 $0.00 $1.00 $0.00 $0.10 $0.00 $48.42 $65.73 Special Calculation Note : Watchmen have no Apprentices. Tunnel Laborer rate with air-pressurized add $1.00 to the above wage rate. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice 3 Journeymen to 1 Apprentice thereafter ADAMS, ALLEN, ASHLAND, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, MADISON, MARION, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, RICHLAND, ROSS, SCIOTO, SENECA, SHELBY, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WYANDOT Special Jurisdictional Note : Hod Carriers and Common Laborers - Heavy, Highway, Sewer, Waterworks, Utility, Airport, Railroad, Industrial and Building Site, Sewer Plant, Waste Water Treatment Facilities Construction Details : Group 1 Laborer (Construction); Plant Laborer or Yardman, Right-of-way Laborer, Landscape Laborer, Highway Lighting Worker, Signalization Worker, (Swimming) Pool Construction Laborer, Utility Man, *Bridge Man, Handyman, Joint Setter, Flagperson, Carpenter Helper, Waterproofing Laborer, Slurry Seal, Seal Coating, Surface Treatment or Road Mix Laborer, Riprap Laborer & Grouter, Asphalt Laborer, Dump Man (batch trucks), Guardrail & Fence Installer, Mesh Handler & Placer, Concrete Curing Applicator, Scaffold Erector, Sign Installer, Hazardous Waste (level D), Diver Helper, Zone Person and Traffic Control. *Bridge Man will perfomr work as per the October 31, 1949, memorandum on concrete forms, byand between the United Brotherhood of Caprpenters and Joiners of Americ and the Laborers' International Union of North America, which states in; "the moving, cleaning, oiling and carrying to the next point of erection, and the stripping of forms which are not to be re-used, and forms on all flat arch work shall be done by memebers of the Laborers' International Union of North America." Group 2 Asphalt Raker, Screwman or Paver, Concrete Puddler, Kettle Man (pipeline), All Machine-Driven Tools (Gas, Electric, Air), Mason Tender, Brick Paver, Mortar Mixer, Skid Steer, Sheeting & Shoring Person, Surface Grinder Person, Screedperson, Water Blast, Hand Held Wand, Power Buggy or Power Wheelbarrow, Paint Striper, Plastic fusing Machine Operator, Rodding Machine Operator, Pug Mill Operator, Operator of All Vacuum Devices Wet or Dry, Handling of all Pumps 4 inches and under (gas, air or electric), Diver, Form Setter, Bottom Person, Welder Helper (pipeline), Concrete Saw Person, Cutting with Burning Torch, Pipe Layer, Hand Spiker (railroad), Underground Person (working in sewer and waterline, cleaning, repairing and reconditioning). Tunnel Laborer (without air),Caisson, Cofferdam (below 25 feet deep), Air Track and Wagon Drill, Sandblaster Nozzle Person, Hazardous Waste (level B), ***Lead Abatement, Hazardous Waste (level C) ***Includes the erecting of structures for the removal, including the encapsulation and containment of Lead abatement process. Group 3 Blast and Powder Person, Muckers will be defined as shovel men working directly with the miners, Wrencher (mechanical joints & utility pipeline), Yarner, Top Lander, Hazardous Waste (level A), Concrete Specialist, Curb Setter and Cutter, Grade Checker, Concrete Crew in Tunnels. Utility pipeline Tappers, Waterline, Caulker, Signal Person will receive the rate equal to the rate paid the Laborer classification for which the Laborer is signaling. Group 4 Miner,Welder, Gunite Nozzle Person A.) The Watchperson shall be responsible to patrol and maintain a safe traffic zone including but not limited to barrels, cones, signs, arrow boards, message boards etc. The responsibility of a watchperson is to see that the equipment, job and office trailer etc. are secure. Prevailing Wage Rate Skilled Crafts Name of Union: Painter Local 841 Bridge Painter Change # : LCN01-2024ibLoc841 Craft : Painter Effective Date : 02/07/2024 Last Posted : 02/07/2024 BHR Fringe Benefit Payments Irrevocable Fund Total PWR Overtime Rate H&W Pension App Tr. Vac. Annuity Other LECET (*) MISC (*) Classification Painter Bridge Blaster Class 1 $39.85 $7.31 $7.50 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $55.75 $75.68 Class 2 Bridge Painter, Rigger, Containment Builder, Spot Blaster $36.85 $7.31 $7.50 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $52.75 $71.18 Class 3 Equipment Operator/Field Mechanic, Grit Reclamation, Paint Mixer, Traffic Control, Boat Person, Dive (0-5 Years Exp) $29.85 $7.31 $7.50 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $45.75 $60.68 Class 3 Equipment Operator/Field Mechanic, Grit Reclamation, Paint Mixer, Traffic Control, Boat Person, Dive (5 plusYears Exp). $32.85 $7.31 $7.50 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $48.75 $65.18 Class 4 Concrete Sealing, Concrete Blasting/Power Washing/Etc. $32.85 $7.31 $7.50 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $48.75 $65.18 Class 5 Quality Control/QualityAssurance Traffic Safety, Competent Person. $32.85 $7.31 $7.50 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $48.75 $65.18 Apprentice Percent 1st Year 65.00 $25.90 $7.31 $2.72 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $37.02 $49.97 2nd Year 75.00 $29.89 $7.31 $3.14 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $41.43 $56.37 3rd year 85.00 $33.87 $7.31 $3.57 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $45.84 $62.78 4th Year 95.00 $37.86 $7.31 $4.34 $0.40 $0.00 $0.69 $0.00 $0.00 $0.00 $50.60 $69.53 Special Calculation Note : Apprentice pay based on percentage of above appropriate classification. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice 3 Journeymen to 1 Apprentice Thereafter CARROLL, COSHOCTON, HOLMES, MEDINA, PORTAGE*, STARK, SUMMIT*, TUSCARAWAS, WAYNE Special Jurisdictional Note : Summit County: South of and including the Ohio Turnpike, Portage County: North to and including the Ohio Turnpike Details : Class 1 – Abrasive blasting of any kind Class 2 – Bridge painting, coating applications of any kind. All steel surface preparation other than abrasive blasting. All necessary rigging and containment building and all remedial/ spot blasting. Class 3 – Tend to all equipment including but not limited to abrasive blasting, power washing, spray painting, forklifts, hoists, truck, etc. Load and unloading trucks, handle materials, man safety boats, handle traffic control, clean up/ vacuum abrasive blast materials and related tasks. Class 4 – All aspects of concrete coating/ sealing including but not limited to preparation, containment, etc. Class 5 – Verify and record that all work is completed according to job specifications. Assure that all health and safety standards are adhered to. Assure all traffic is safely handled. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 1 PROPOSAL BOND "KNOW ALL MEN BY THESE PRESENT, that we, the undersigned as principal and as sureties, are hereby held and firmly bound unto the Coshocton County Commissioners, Ohio, as obligee in the penal sum of the dollar amount of the bid submitted by the principal to the obligee on _________, 2024, to undertake the project known as CR 106 BRIDGE REHABILITATION the penal sum referred to herein shall be the dollar amount of the principal's bid to the obligee, incorporating any additive or deductive alternate proposals made by the principal on the date referred to above to the obligee, which are accepted by the obligee. In no case shall the penal sum exceed the amount of $ . For the payment of the penal sum well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed this _______ day of ________________, 2024. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above named principal has submitted a bid for CR 106 BRIDGE REHABILITATION fails to enter into a proper contract in accordance with the bid, plans, details, specifications, and bills of material; and in the event the principal pays to the obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid and such larger amount for which the obligee may in good faith contract with the next lowest bidder to perform the work covered by the bid or in the event the obligee does not award the contract to the next lowest bidder and resubmits the project for bidding, the principal pays to the obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid, or the costs, in connection with the resubmission, of printing new contract documents, required advertising, and printing and mailing notices to prospective bidders, whichever is less, than this obligation shall be null and void, otherwise to remain in full force and effect; if the obligee accepts the bid of the principal and the principal within ten days after the awarding of the contract enters into a proper contract in accordance with the bid, plans, details, specifications, and bills of material, which said contract is made a part of this bond the same as though set forth herein. Now also, if the said __________________________ shall well and faithfully do and perform the things agreed by the Coshocton County Commissioners to be done and performed according to the terms of said contract; and shall pay all lawful claims of Subcontractors, materialmen, and laborers, for labor performed and materials furnished in the carrying forward, performing, or completing of said contract; we agreeing and assenting that this undertaking shall be for the benefit of any materialman or laborer having a just claim, as well as for the obligee herein; then this obligation shall be void; otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 1A That said surety hereby stipulates and agrees that no modifications, omissions, or additions, in or to the terms of the said contract or in or to the plans or specifications therefor shall in any way affect the obligations of said surety on its bond. ___________________________________ ___________________________________ By:_________________________________ By:________________________________ Principal Surety ___________________________________ ___________________________________ SEAL CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 2 EXPERIENCE STATEMENT The Bidder is required to state in detail in the space provided below or separate submittal, what work he has done of a character similar to that included in the proposed Contract, to give references and such other detailed information as will enable the Owner to judge his responsibility, experience, skill and financial standing. Among other things, this statement shall include the following: A record of similar work performed and evidence to the effect: 1) that the Bidder maintains a permanent place of business; 2) has adequate facilities and equipment available for the work under the proposed Contract; 3) that the Bidder has suitable financial means to meet obligations incidental to the work; 4) that the Bidder has appropriate technical experience and possesses sufficient skill and experience. 5) that the Bidder maintains a service department qualified to make all repairs or adjustments that may be required on the equipment to be used under the proposed Contract. __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 3 TIME OF COMPLETION The Bidder hereby certifies that he has examined the contract form and specifications for the project and is familiar with the liquidated damage features thereof and agrees to accomplish the specified work after April 29, 2024, and completed by June 28, 2024. This period shall start from the day the Contractor receives his copy of the Notice to Proceed. The work covered by this completion guarantee shall include only those items listed for comparison of bids. The prices for all items shall include the necessary labor, material, and equipment to complete the work as shown or specified. The Bidder does hereby agree that in the event of failure on their part to contract as aforesaid (provided this proposal is accepted) the bond or certified check accompanying this proposal shall be forfeited to the Coshocton County Commissioners, Ohio, as liquidated damages. The Bidder further agrees that the Owner may reject any or all bids. _____________________________________ Signed Title _____________________________________ Company Name _____________________________________ Address _____________________________________ CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 4 CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed Subcontractors for specific time periods) he will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date ___________________, 2024 ___________________________________ Company Official Address (including ZIP code): By:_________________________________ Signature __________________________________ ____________________________________ Address Title __________________________________ City, State Zip CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 5 FORM OF NON-COLLUSION AFFIDAVIT STATE OF OHIO ) ) ss: COUNTY OF ________________________) Bid Identification: CR 106 BRIDGE REHABILITATION Contractor's Official - being first duly sworn, deposes and says that he is sole Owner, a partner, president, secretary of __________________________________________, the party making the foregoing bid; that such bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that such bid is genuine and not collusive or sham: that said bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that said bidder has not in any manner, directly, or indirectly, sought by agreement, communication or conference with anyone to fix the bid price to said bidder or of any other bidder, or to fix any overhead, profit, or cost element of such bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract. That all statements contained in such bid are true; and, further, that said bidder has not, directly or indirectly, submitted his bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to such person or persons as have a partnership or other financial interest with said bidder in this general business. Signed: _______________________________ _______________________________ Title Subscribed and sworn to before me this _____day of _____________, 2024. _______________________________ Notary My Commission Expires:____________ SEAL CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY BF 6 STATE OF OHIO ) ) AFFIDAVIT COUNTY OF ________________________) ____________________________________, being first duly sworn, deposes and says as follows: 1. He/she is the _______________________ of_________________________________ which may receive a contract with the Coshocton County Commissioners for CR 106 BRIDGE REHABILITATION, which contract was competitively bid.  2. _________________________________ was not charged at the time the bid was submitted with any delinquent personal property taxes on the general tax list of personal property in Coshocton County. or  2. _________________________________ was charged at the time the bid was submitted with delinquent personal property taxes on the general tax list of personal property in Coshocton County in the amount of $___________ for due and unpaid delinquent taxes and $____________ for due and unpaid penalties and interest thereon. 3. __________________________________ understands and agrees that, as required by Section 5719.042 of the Ohio Revised Code, if this statement indicates that this Contractor is charged with any delinquent personal property taxes, the Coshocton County Commissioners will transmit a copy of this statement to the County Treasurer, and that a copy of this statement will also be incorporated into the contract, and no payment shall be made with respect to any contract unless this statement has been so incorporated as a part thereof. ____________________________________ SWORN TO before me and subscribed in my presence this ____ day of ___________, 2024. ____________________________________ Notary Public My Commission Expires:_________________  CROSS OUT THE PARAGRAPH 2 WHICH DOES NOT APPLY. RE F. N O . IT EM N O . IT EM D ES CR IP TI O N U N IT P RI CE TO TA L PR IC E 1 SP EC 1 LS CR 1 06 B rid ge R eh ab ili ta tio n, A s Pe r S pe ci fic at io ns 2 62 4 1 LS M ob ili za tio n TO TA L CO M PA N Y AD D RE SS CI TY ST AT E ZI P SU BM IT TE D B Y TI TL E CO M PA N Y FA X TA X ID N U M BE R EM AI L AD D RE SS A ck no w le dg em en t o f P ub lis he d A dd en da 's : 1 2 3 Bi d Sh ee t C R 1 06 B ri dg e R eh ab il it at io n C O S H O C T O N C O U N T Y B F 7 Co sh oc to n Co un ty C om m is si on er s CR 1 06 B rid ge R eh ab ili ta tio n AP PR O XI M AT E U N IT Q U AN TI TI ES Ba se B id # 1 CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 1 CONTRACT This Agreement made and entered into this day of by and between the Coshocton County Commissioners, acting by and through its duly authorized agent hereinafter designated the "Owner", party of the first part and ______________of the City of and County of and State of Ohio, hereinafter designated the "Contractor", party of the second part. WITHNESSETH: That the parties to these presents, each in consideration of the undertakings, promises and agreements on the part of the other herein contained, have undertaken, promised and agreed and do hereby undertake, promise and agree, the party of the first part for itself, its successors and assigns, and the party of the second part for themselves and their heirs, executors, administrators, successors and assigns, as follows: That the party of the second part, in consideration of the sums of money not to exceed $ to be paid by said party of the first part to said party of the second part, shall and will at their own cost and expense, furnish all the labor, materials, tools and equipment for the construction of CR 106 BRIDGE REHABILITATION, in accordance with specifications, hereto attached and the drawings therein mentioned which specifications and drawings, with the information for bidders, general provisions, proposal and bonds hereto attached which are hereby made a part of this agreement, all of said work to be fully completed to the satisfaction of the Owner's engineer and to the acceptance of the Owner. The Contractor agrees to furnish all the necessary labor, materials, equipment, tools and services necessary to perform and complete in a workmanlike manner all work required for the construction of the project, in strict compliance with the contract documents herein mentioned, which are hereby made a part of the contract, including the following addenda: ADDENDUM NO. DATE __________________________________ _________________________ __________________________________ _________________________ __________________________________ _________________________ __________________________________ _________________________ CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 2 GENERAL SPECIFICATIONS A.S.T.M. AND OTHER SPECIFICATIONS. Wherever in these specifications reference be made to the specifications of the American Society for Testing Material (abbreviated A.S.T.M. specifications) and to other similar specifications, codes, etc., such reference shall refer, unless otherwise denoted, to the latest effective specifications or codes indicated. All such specifications, codes, etc., referred to are hereby made a part of these specifications. CONTRACT DRAWINGS. The locations and character of the work is shown on a set of drawings prepared by the County Engineer, Coshocton, Ohio. ORDER OF WORK. The general order and sequence of construction of the work shall be subject to the approval of the Engineer. Before starting work, the Contractor shall submit a work schedule to the Engineer and receive approval of the same. SANITARY REGULATIONS. Suitable sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided and maintained by the Contractor. The Contractor shall obey and enforce such other sanitary regulations and orders and shall take such precautions against infectious diseases as may be deemed necessary by the Engineer. MAINTENANCE OF TRAFFIC AND FIRE PROTECTION. The Contractor shall at all times maintain free access to fire hydrants, water and gas valves and similar structures involving the public safety along the line of work. Clear way for traffic shall be provided at intersections, along the streets and wherever required by the Engineer to provide reasonable public safety measures. Reasonable provision for pedestrian traffic shall be provided as directed. SPACE AVAILABLE FOR CONSTRUCTION OPERATIONS. The Contractor shall confine his operations to the Owner’s property and to property along right-of-way in accordance with the provisions of rights-of-way agreements which the Owner has obtained or may obtain for the work contemplated. Private property shall not be used by the Contractor without the Owner's consent upon submittal of work agreement between property owner and contractor. SHEETING AND SHORING. It is the Contractor's responsibility to furnish, install and maintain sheeting, piling, shoring, and bracing, whether or not indicated on the drawings, to prevent earth movement which could damage the construction, or otherwise impair or delay the work or endanger human life. Remove the sheeting, shoring and bracing during backfilling unless otherwise noted on the drawings or directed in writing. Payment for such sheeting or piling shall be made under the respective Item. All sheeting or piling left in place shall be cut off at least two feet below final finish grade. WATERTIGHT STRUCTURES. All structures to be used for holding water shall be made watertight and shall be tested by filling with water before they will be accepted. Tests of CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 3 concrete waterbearing basins shall be made before backfill is placed provided, however, that where special reasons make this impracticable, the Engineer may permit backfilling to proceed before test is made. Permission to make backfill shall not relieve the Contractor from any responsibility for watertightness of the structure and if upon making the tests the need to remove backfill arises it shall be done by and at the expense of the Contractor. Structures required to withstand water pressure from outside shall also be tested as above where practicable. DISINFECTION. Pipe lines, reservoirs, clear water basins and all structures designed to carry or hold water that is ready for domestic consumption shall be thoroughly cleaned and flushed and disinfected before being put in service and before acceptance by the Owner. Disinfection shall be done by the addition of suitable amounts of chlorine in the form of liquid chlorine or high test hypochloride of lime, the application to be made under the supervision of the Engineer. Tests for efficiency of disinfection may be made by the Owner and repeated disinfection shall be done by the Contractor when required. APPROVAL OF MACHINERY AND EQUIPMENT. The Contractor shall submit to the Engineer for approval such detail drawings, sketches, specifications and descriptions as may be required to establish that each and every piece of machinery and/or equipment proposed by the Contractor for incorporation in the completed work fully conforms to the requirements of the plans and specifications as set forth herein. The approval of the Engineer of all machinery and/or equipment proposed for installation in the completed work shall be obtained by the Contractor before shipment of the same is made to the job. Prior to placing orders with manufacturers for equipment to be incorporated in the completed work, the Contractor shall submit to the Engineer for his preliminary approval as to type, data showing name of manufacturer, catalogue number or equivalent designation, and general description of the equipment offered. These specifications and the plans prepared for the installation of this system are intended to be complete. Anything called for in the specifications and not shown on the plans must be furnished by the Contractor as though appearing in both plans and specifications. ODOT CONSTRUCTION AND MATERIALS SPECIFICATIONS. The Standard Construction and Materials Specifications for the State of Ohio, Department of Transportation, 2023, including all changes and Supplemental Specifications referenced in this Bid Document shall govern this Contract except where modified in these documents. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 4 CONSTRUCTION REGULATIONS The following rules and regulations shall apply to all work to be done under this contract. If any provisions of these construction regulations conflict with any other clauses of this contract, the provision of these construction regulations shall take precedence. 1. CONTRACT SECURITY. The Contractor shall furnish a surety bond (form attached) in the amount at least equal to 100% of the contract price as security for the faithful performance of this contract and for the payment of all persons performing labor and furnishing materials in connection with this contract. 2. CONTRACTOR'S INSURANCE. The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph and such insurance has been submitted and approved by the Owner, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until all similar insurance required for coverage of the Subcontractor has been so obtained and approved. (A) Worker’s Compensation Insurance. The Contractor shall take out and maintain during the life of this contract, worker's compensation insurance for all of his employees employed at the site of the project and, in case any work is sublet, the Contractor shall require the Subcontractor similarly to provide worker's compensation insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. (B) Contractor's Liability Insurance. The Contractor agrees to maintain comprehensive general liability and automobile liability insurance covering all operations directly or indirectly incident to work under this contract whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them. Such insurance coverage shall be maintained in the types and amounts herein specified for all work sublet, either by furnishing endorsements of his own liability insurance coverage or by requiring the Subcontractors concerned to furnish their own liability insurance of the types and in the amounts herein specified. Such comprehensive general liability insurance shall include coverage for: (1) Claims arising after the Contractor and Subcontractors have completed work (completed operations and products liability coverage), and (2) Claims for property damage arising from excavation or tunneling operations, and (3) Claims for property damage to any property below the surface of the ground, and (4) Claims arising from the liability assumed by the Contractor under this contract including third party beneficiary liability coverage. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 5 When the work contemplated by the contract involves moving, shoring, underpinning, raising or demolition of any building or structures or involves blasting or the use of explosives the following coverage shall also be provided. (5) Claims for property damage arising from operations directly or indirectly incident to moving, shoring, underpinning, raising or demolition of any building or structure, and (6) Claims for property damage arising from operations directly or indirectly incident to blasting or explosions, however caused, and The limits of liability of the insurance required herein shall be not less than $500,000 each person and $1,000,000 each occurrence for bodily injury and $500,000 each occurrence for property damage. Umbrella excess liability insurance to extend existing policies to the limits shown will be accepted. Such insurance policy(ies) as Contractor may carry to comply with this insurance requirement shall be endorsed to provide that the policy(ies) will not be changed or canceled without 30 days prior written notice to the Owner. Prior to the start of construction on each contract or subcontract, certificates of insurance establishing full compliance with these insurance requirements shall be submitted to the Owner. If any part of this contract is sublet, the Contractor is responsible for obtaining certificates of insurance establishing that the Subcontractors have complied with the insurance requirements herein contained. The Coshocton County Commissioners must be named as additional insured. 3. WAGE RATES. The wages to be paid for a legal day’s work to laborers, workmen or mechanics engaged in work under this contract at the site of the project in the trade or occupation listed shall be not less than the wage rate set opposite the same, as predetermined by the Department of Industrial Relations of the State of Ohio, in accordance with Section 4115.04 of the Ohio Revised Code. 4. POSTING MINIMUM WAGE RATES. The Contractor shall post at conspicuous points on the site of the project a schedule showing all determined minimum wage rates and all authorized deductions, if any, from unpaid wages actually earned. 5. ACCIDENT PREVENTION. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. A copy of the Contractor’s safety plan must be submitted with their bid. The Contractor shall take all necessary precautions for the safety of, and shall provide all necessary protection to prevent damage, injury or loss to: (A) All employees on the work and all other persons who may be affected thereby. (B) All the work and all materials and equipment to be incorporated therein, whether in storage on or off the site, and CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 6 (C) Other property, at the site or adjacent thereto, including trees, shrubs, lawns, walk pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all necessary safeguards for safety and protection, including posting danger signs, and other warnings against hazards, promulgating safety regulations and notifying Owners and users of adjacent utilities. Machinery, equipment, and all hazards shall be guarded or eliminated in accordance with accepted safety practices that are not in contravention of applicable law. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall perform such activities under the supervision of properly qualified personnel. 6. CONSTRUCTION REPORTS. The Contractor shall submit to the Owner schedules of costs and quantities of materials and other items, which schedules shall be in such form and shall be supported as to correctness by such of the estimates upon which they are based as the Owner may require. The Contractor shall also submit to the Owner the following records: (A) Detailed estimate, and (B) Periodical estimates for partial payment 7. PROGRESS REPORTS. The Contractor shall submit a progress schedule prior to the execution of the contract which will indicate the amount of work to be done each month during the life of the construction project. It is understood that this schedule may be changed during the course of the work as agreed between the Owner, Contractor and Engineer. The Contractor will, at least once a month, submit a schedule indicating the work accomplished to date. This information will be submitted in such a manner that it can be applied to the progress schedule previously submitted to indicate the relation between the work accomplished to any given date and the progress schedule originally established. Providing the work is behind schedule, the Contractor shall indicate the measure instigated to bring the job to schedule. CR 106 BRIDGE REHABILITATION COSHOCTON COUNTY CF 7 GENERAL CLAUSES 1. TIME OF COMMENCEMENT, RATE OF PROGRESS, AND TIME OF COMPLETION The Contractor agrees that he will commence the work herein contracted to be done within ten days from the date of notice to that effect given in writing by the Owner; that the rate of progress of his work shall be such as, in the opinion of the Engineer, is necessary for completion within the time herein specified. Subject to the applicable provisions of law, this contract shall be in full force and effect as a contract from and after the date when a fully executed and approved counterpart hereof is delivered to the Contractor. The Owner has obtained or is in the process of obtaining the rights-of-way where necessary for the construction of the work under this contract. It shall be the responsibility of each bidder and Contractor to learn, prior to bidding, the status of acquisition of any rights-of-way necessary for the prosecution of the work and to keep informed on the progress made by the Owner in obtaining the rights-of-way during construction. In the event rights-of-way are not ready by the time the Contractor is ready to start work in any particular location, it is understood that the Contractor will not be entitled to any extra compensation because of the delay in carrying out the work. The Contractor will, however, be entitled to an extension of the specified time he is delayed as a result of the delay in obtaining the rights-of-way. 2. WORKERS. The Contractor shall at all times enforce strict discipline and good order among his employees and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him. The Owner, or the Engineer shall have the authority to order the dismissal of any employee on the work who refuses or neglects to obey any of its instructions, or those of its inspectors relating to the carrying out of the provisions and intent of these specifications, or who is incompetent, unfaithful, abusive, threatening or disorderly in his conduct and such person shall not be again employed on the work. 3. SUITABLE APPLIANCES TO BE USED. The Contractor is to use such methods and appliances for the performance of all the operations connected with the work embraced under this contract as will insure satisfactory quality of work and a rate of progress which, in the opinion of the Engineer, will insure the completion of the work within the time herein specified. If, at any time before the commencement, or during the progress of the work, such methods or appliances appear to the Engineer to be inefficient or inappropriate for securing the quality of the work required or the said rate of progress, he may order the Contractor to increase their efficiency or improve their character, and the Contractor must conform to such order. But the failure of the Engineer to demand such increase of efficiency or improvement shall not relieve the Contractor from his obligations to secure the quality of work and the rate of progress established in these specifications. 4. NO CLAIM FOR DAMAGES ON ACCOUNT OF DELAY. The Contractor shall not be entitled to any claims for damages for any hindrance or delay from any cause whatever in the

23194 County Road 621 Coshocton, OH 43812Location

Address: 23194 County Road 621 Coshocton, OH 43812

Country : United StatesState : Ohio

You may also like

Hancock County Bridge 21 Rehabilitation – CR 900N over Sugar Creek PE, ROW

Due: 15 May, 2024 (in 16 days)Agency: Indiana Department of Transportation

PIN 9755.16 - CR 10A over Unknown Creek Culvert Replacement

Due: 30 Apr, 2024 (Tomorrow)Agency: Chenango County

Campbell Bridge Rehabilitation

Due: 10 May, 2024 (in 11 days)Agency: West Lincoln

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.