BIDS FOR SEWER LINE CLEANING AND INSPECTION · 1 BIDS FOR SEWER LINE CLEANING AND INSPECTION Sealed...
Transcript of BIDS FOR SEWER LINE CLEANING AND INSPECTION · 1 BIDS FOR SEWER LINE CLEANING AND INSPECTION Sealed...
1
BIDS FOR SEWER LINE CLEANING AND INSPECTION
Sealed bids will be received by the Millersburg Area Authority at the Municipal Building, 101
West Street, Millersburg, PA until 8:00pm prevailing time on March 5th, 2018 for the cleaning and video
inspection of approximately 17,468 feet of sanitary sewer lines and appurtenant manholes.
If the total bid price of this Contract is greater than $25,000, the Contractor will be required to
comply with the Prevailing Wage Determination as promulgated by the Pennsylvania Secretary of
Labor and Industry in accordance with the Pennsylvania Prevailing Wage Act of 1961, P.L. 987, and to
comply with State Statutes, Rules and Regulations dealing with prevention of environment pollution
and the preservation of public and natural resources that affect the project per Act 247 of the General
Assembly approved October 26, 1972.
Copies of the Contract Documents, including Specifications, may be obtained at the Authority
Office in the Millersburg Municipal Building. Bidder may also receive electronic copies of the Contract
Documents and Specifications on our website www.millersburgwater.com or by E-mailing their
request to [email protected]
Nick McCarron, Manager
Millersburg Area Authority
2
MILLERSBURG AREA AUTHORITY
Contract #2018-1
Sewer Line Cleaning and Inspection
GENERAL INDEX
Pages
Advertisement for Bids 1
General Index 2
Special Conditions and Specific Bidding Information 3 to 6
General Requirements and Conditions 7 to 12
PA Prevailing Wage Act Information 13 to 26
Map of Manhole Runs 27
Construction Proposal Form 28 to 29
Bid Bond Form 30
Final Release and Waiver of Lien 31 to 32
3
SPECIAL CONDITONS AND SPECIFIC BIDDING INFORMATION
1. Scope of Work
The work in this Contract involves the furnishing of all labor, equipment and materials necessary to
clean, televise and video record the sanitary sewer system as identified herein and/or shown on the
Contract Drawings.
2. Owner
The term “Owner” as used in these contract documents shall refer to the Millersburg Area Authority,
or anyone acting for same under due authority.
3. Bid Proposals
No proposal may be withdrawn within forty-five (45) days after the close of bidding.
Each proposal must be accompanied by a certified check, bank cashier or treasurer check payable to
Millersburg Area Authority, or by a bid bond with corporate surety satisfactory to the Owner in an
amount not less than ten (10) percent of the bid price of the Contract. Such check or bid bond will
serve as bid security.
All bids must be marked on the outside of a sealed envelope as follows:
MILLERSBURG AREA AUTHORITY
MUNICIPAL BUILDING
101 WEST STREET
MILLERSBURG, PA 17061
“SEALED BID – CONTRACT #2018-1 SEWER LINE CLEANING AND INSPECTION”
March 5th, 2018; 8:00pm Bid Opening
4. Completion of Work
The successful bidder shall commence work within 60 days of receipt of a “Notice to Proceed” and
shall complete all work within ninety (90) calendar days of start date.
In case of failure of the Contractor to complete the work within the specified timeframe, or any
extensions thereon, the Contractor shall pay the Owner as liquidated damages the sum of two hundred
and fifty dollars ($250.00) for each calendar day of delay until the work is completed.
5. Bond and Insurances
The Contractor shall not commence work until he has obtained all insurance required under this
Article, submitted the executed certificates and the copies of the policies to the Owner, and such
insurance has been approved by the Owner.
The cost of any bonds and insurances required by the Contract Documents shall be the Contractor’s
responsibility and shall not be deducted from the contract price stated in the Bid Proposal.
4
a. Performance Bond- A performance bond in the amount of 100% of the total bid price shall
be submitted to the Owner prior to Contract award, within fifteen (15) days after receiving
an “Intent to Award” by the Owner.
b. Compensation Insurance- The contractor shall take out and maintain during the life of this
Contract, in amounts required by law, Workman’s Compensation Insurance for all his
employees at the site of the project and in case any work is sublet, the Contractor shall
require the subcontractor similarly to provide Workman’s Compensation insurance for all
the latter’s employees unless such employees are covered by the protection afforded by the
Contractor. The Contractor shall, at all times, indemnify and save harmless the Owner, from
all claims for Workman’s Compensation which may be made by any subcontractor to whom
the Contractor may have let the performance of any part of the work embrace by this
Contract and the Contractor will appear for and defend the Owner against any and all such
claim.
c. Public Liability and Property Damage Insurance- The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him, subcontractor, the Owner from claims against any of them for damages for
personal injury, including accidental death, as well as from claims for property damages,
which may arise from operations connected with or caused by any operation or matter
related to this Contractor whether such operations be by himself or by a subcontractor or by
anyone directly or indirectly employed by any of them. Hazards insured against for property
damage liability shall include explosion, collapse, underground object, and blasting to the
extent that any such exposure exists. The insurance shall cover legal fees incurred by the
Owner as a result of claims, and the Owner shall be named as additional insured on the
Insurance Certificate. The amounts of such insurance shall be as follows and shall be
nondeductible.
i. Bodily Injury Liability Insurance- in an amount not less than $2,000,000 single limit
for damages arising out of bodily injuries to or death of all persons in any one
occurrence.
ii. Property Damage Liability Insurance- in an amount not less than $2,000,000 single
limit for damages arising out of damage to or destruction of property, including
the loss of used thereof, in any one occurrence.
iii. Automobile Bodily Injury Liability Insurance- in an amount not less than $500,000
for injuries including wrongful death to any one person, and subject to the same
limit for each person, in an amount not less than $1,000,000 on account of one
occurrence.
iv. Automobile Property Damage Liability Insurance- in an amount not less than
$100,000 for damage on account of any one occurrence and in an amount not less
than $250,000 for damages on account of all occurrences.
d. Insurance Certificates- the Contractor shall submit to the Owner for approval, the executed
certificates and the copies of the insurance policies covering all insurance required. Each
certificate and insurance policy shall contain therein or have contained in a rider attached
thereto and made a part thereof a clause to the effect that the insurer will notify the insured
5
and the Owner in writing ten (10) days prior to cancellation of the policy. The certificate for
each policy shall be executed in two (2) copies.
6. Permits
The Contractor shall be responsible to comply with all applicable Federal, State, County and Municipal
laws, ordinances and regulations. All costs associated with permit applications involves in the execution
of this Contract shall be the responsibility of this Contractor, and no separate payment shall be made
for such costs.
7. Workmanship
All materials and equipment furnished under this Contract shall be in good working condition. All
operations of the Contract shall be conducted in a neat, efficient and workmanlike manner. At the end
of each day, the areas shall be cleaned of all debris caused by the Contractor.
8. Contract Drawings
As part of the Bidding Documents, a comprehensive map and general description of the manhole
sections of the study area are attached. Detailed plans and profiles of each manhole section to be
cleaned and televised are on file and available for inspection at the Owner’s office between 9:00am
and 4:30 pm Monday through Friday, prior to the bid opening.
9. Miscellaneous
The following items shall be included in the unit price herein, in addition to the aforementioned items,
for cleaning and televising, and shall be the responsibility of the Contractor to provide:
a. Vehicle traffic control, including flagmen, barricades, etc.
b. Basic traffic control to include work area signs and cones shall be included in the cleaning
and televising price. Any special traffic control shall be paid under the Flagman bid item.
c. Interception and removal of material collected in sewers. Disposal of material shall be paid
under the Disposal of Solids Removed bid item.
d. Water for flushing. Water for flushing can be provided by the Owner at no charge to the
Contractor, providing water is taken at hydrants approved by the Owner – also noted on
sewer line map.
e. Weekly index of videos made and a summary index at the completion of the project.
10. Quantities of Work
The quantities listed in the proposal form are approximate only. The final contract cost shall be based
on the actual quantities of work performed and their respective unit prices for each bid item.
It should be understood that the quantity for sewer line cleaning is relatively accurate.
11. “The Parties agree that the relationship between the Contractor and the Authority is one of
independent contractor and not employer/employee and that the individual employees of the
Contractor who will be performing the work pursuant to this Contract are not employees of the
Authority. Contractor hereby certifies, represents and warrants to the Authority that all persons
6
performing any aspect of the work pursuant to this Contract who are required to have a Commercial
Driver’s License are subject to a program for drug and alcohol testing in accordance with the Omnibus
Transportation Employee Testing Act of 1991 and the federal regulations adopted pursuant thereto.”
12. Conflict
In case of conflict between the provisions of the “Special Conditions and Specific Bidding Information”
and other Contract Documents, the “Special Conditions and Specific Bidding Information” shall prevail.
13. Bidder Qualifications
The Bidder shall have a minimum of ten (10) years of documented experience in performing this type
of work. All work shall be performed in accordance with NASSCO Standards. Televising shall be
performed by certified operators that have passed the Pipeline Assessment Certification Program.
7
GENERAL REQUIREMENTS
SEWER LINE CLEANING
PART I – GENERAL
1.1 DESCRIPTION
The intent of sewer line cleaning is to remove foreign materials from the lines and restore the sewer to a
minimum of 95% maximum capacity.
1.2 SCOPE OF WORK
The Contractor must supply all labor, materials and equipment necessary to clean, televise and video
record sewer lines per specification.
It is recognized that there are some conditions such as broken pipe and major blockages that prevent
cleaning from being accomplished or where additional damage would result if cleaning were attempted
or continued. Shall such conditions be encountered, the Contractor will not be required to clean those
specific sections.
1.3 MEASUREMENT AND PAYMENT
Where approved for payment, sewer line cleaning shall be measured as either light cleaning or heavy
cleaning for the size of the line specified. Normally, light cleaning shall be incidental to the investigation
and no additional payment will be made for light cleaning. Light cleaning shall be defined as cleaning using
high-velocity jet equipment required to remove accumulations of solids, grease and light roots. Heavy
cleaning shall be defined as the level of cleaning requiring the use of other flushing equipment to remove
a heavy accumulation of rock, bricks, gravel and heavy roots that cannot be removed through light
cleaning. Heavy cleaning shall be authorized by Owner and be paid under the heavy cleaning bid item.
1.4 REFERENCES
National Association of Sewer Service Companies (NASSCO) Specifications Guidelines for Sewer Pipe
Cleaning and Pipe Condition Assessment Using CCTV, 2014.
Title 29, Code of Federal Regulations, Section 1910 (29 CFR 1910)
1.5 SUBMITTALS AND DOCUMENTS
Documentation of television inspection by the Contractor shall be performed in accordance with the
specifications. The Contractor shall ensure that documentation (entering data on inspection logs) is
properly, accurately and legibly done during (not after) the video inspection of each manhole section or
cleanout. Video reports may be assembled elsewhere, but documentation shall be done in the field. The
Owner’s inspector shall sign the Contractor’s daily inspection logs as evidence that the work was
performed.
8
1.6 VIDEO INSPECTION LOGS
Printed location records shall be kept by the Contractor and will clearly show the location in relation to an
adjacent manhole of each infiltration point observed during inspection. The logs represent a
comprehensive record; recorded on field forms of all pipe defects, sags, service connection locations and
conditions, etc. observed on a footage basis. Each pipe defect shall include a separate rating according to
defined codes for the following: radial cracks, longitudinal cracks, misaligned joint, root intrusion, and
infiltration. The size and/or quantity of the defect should also be reported. The beginning of all sags of ¼
pipe, ½ pipe and underwater as well as where the camera pulls out of the sag should be reported. For
each service connection the following must be recorded: the clock position, its condition and type, and
the protruding distance. Each connection shall be inspected and recorded utilizing a pan and tilt camera.
All other information required for analysis such as degrees of deterioration, deformed or collapsed pipe
should also be reported. This log shall also identify the section being televised, flow and camera direction,
type of pipe, pipe condition, weather condition, type of surface cover, or any other pertinent information.
All pipe defect location and description of the defect entered on the inspection log must correspond to
the pipe footage and counter displayed on video. Video inspection logs shall contain the following
information:
Owner’s Name
Inspector’s Name
Crew Chief’s Name
Date
From MH #_________located at_________________________
To MH #_________located at_________________________
Direction of Flow
Type of Pipe
Type of Joints, (if apparent)
Joint Spacing
Cleanliness
Length of Run
The videos shall be in electronic format (DVD or USB flash drive), become the property of the Owner and
shall be included in the price of cleaning and televising herein.
PART II – EXECUTION
2.1 LIGHT CLEANING
The designated sections of sanitary sewer, including the manholes at both ends of the section, shall be
cleaned thoroughly utilizing the aforementioned high pressure water jet-rodder and vacuum system.
Manhole walls and pads shall be thoroughly washed at high pressures. Light cleaning is defined as up to
two (2) passes with a hydraulic cleaner capable of producing up to 60 GPM and 2,000 psi. Continuously
during the flushing operation a dam or screen shall be used and all debris shall be captured at the
downstream manhole for removal. UNDER NO CIRCUMSTANCES SHALL WASTEWATER SOLIDS REMOVED
FROM THE SANITARY SEWER BE ALLOWED TO DISCHARGE ONTO STREETS OR INTO DITCHES, STORM
DRAINS OR STREAMS. All refuse material removed from the sewer during cleaning operations shall be
9
removed from the site and disposed of properly. During sewer cleaning operations, satisfactory
precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools
(which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the
sewer line are used, precautions shall be taken to insure that the water pressure created does not damage
or cause flooding of public or private property being served by the sewer. When possible, the flow of
sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices.
When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the
water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire
in the area served by the hydrant. Designation of hydrants to be utilized and arrangements for such will
be the responsibility of the Owner.
2.2 HEAVY CLEANING
The designated sewer sections shall be cleaned using hydraulically propelled, high velocity jet, or
mechanically powered equipment. Heavy cleaning is defined as more than two (2) passes with a hydraulic
cleaner capable of producing up to 60 GPM and 2,000 psi or the use of mechanical cleaning equipment
including root cutters. Selection of the equipment used shall be based on conditions of the lines at the
time the work commences. The equipment and methods selected shall be satisfactory to the Owner. The
equipment shall be capable of removing dirt, grease, rocks, sand and other materials and obstructions
from the sewer lines and manholes.
2.3 ROOT REMOVAL
Roots shall be removed in the sections where root intrusion is a problem. Special attention shall be used
during the cleaning operation to assure almost complete removal of roots from the joints. Any roots which
could prevent the seating of a packer, could prevent proper application of chemical sealant or inhibit the
installation of liners shall be removed. Procedures may include the use of mechanical equipment such as
rodding machines and winches using root cutters and porcupines, and equipment such as high-velocity
jet cleaners.
2.4 MATERIAL REMOVAL
Debris such as dirt, sand, rocks, grease and other solid or semi-solid material resulting from the cleaning
operation shall be removed at the downstream manhole of the section being cleaned. Passing material
from manhole section to manhole section, which could cause line stoppages, accumulations of sand in
wet wells, or damage pumping equipment, shall not be permitted.
2.5 DISPOSAL OF MATERIALS
The Contractor shall be responsible for the removal off site and proper disposal of all materials removed
from sewers during cleaning. Disposal of material shall be paid under the Disposal of Solids Removed bid
item.
10
2.6 CLOSED CIRCUIT TELEVISION EQUIPMENT
Television equipment shall consist of a self-contained color pan and tilt camera or a side wall scanning
(panoramic) camera specifically designed and constructed for sewer inspection. The Contractor shall
provide an electronic recording (DVD or USB flash drive) of the televised sewer inspection, locating each
sewer service connection entering the sewer. Lighting for the camera shall provide a clear picture of the
entire periphery of the existing sewer. The pan and tilt camera shall pause, pan and visually inspect all
service connections, pipe ends and maintenance or structural defects. If utilizing a camera with side wall
scanning capabilities, pausing and panning of each lateral is not necessary during the inspection if the
image clearly depicts the inside of the lateral for post processing.
If the image quality is not adequate, the Contractor shall be required to repeat the survey at the
Contractor’s expense.
The Contractor shall perform all CCTV inspections in accordance with NASSCO’s Pipeline Assessment
Certification Program (PACP).
2.7 MAINTAINING SEWER SERVICE
Contractor must maintain sewer service while conducting work activities and all costs for maintaining
service to be included in the unit price.
2.8 RETRIEVAL OF MATERIAL AND EQUIPMENT
In the event the Contractor is negligent in performing the work and it is not due to broken or defective
piping, it shall be the Contractor’s responsibility to remove materials and equipment that has been lodged
in the sewer from cleaning, television inspection, or point repair excavations.
2.9 PROPERTY DAMAGE
The Contractor shall immediately investigate any and all reports of sewage backing up into fixtures served
by the sewer section that is being cleaned or televised.
The Contractor will be required to notify the Owner immediately if he causes any damage to private or
public property caused by activities related to this Contract. The Contractor shall make repairs and/or
clean the property immediately in a timeframe that is acceptable to the Owner.
2.10 FINAL ACCEPTANCE
Acceptance of sewer line cleaning shall be made upon successful completion of the television inspection
and shall be to the satisfaction of the Owner. If video inspection shows the cleaning to be unsatisfactory,
the Contractor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to
be satisfactory. In areas where video inspection is not performed, the Owner may require the Contractor
to pull a double squeegee the same diameter as the sewer through each manhole section as evidence of
adequate cleaning. If internal sealing is to follow the video inspection, particular attention shall be given
to the adequacy of the cleaning to insure that proper seating of the sealing packer can be achieved. If slip
lining or cure-in-place lining is to follow the cleaning, particular attention shall be given to removal of
deposits, roots and solids that may interfere with the installation of the lining system.
11
1 Moore St 329 to 210 8" Vi tri fied Clay 240 feet
2 Boyd St 210 to 209 8" Vi tri fied Clay 194 feet
3 Boyd St 208 to 209 8" Vi tri fied Clay 188 feet
4 North St 208 to L-28 8" Vi tri fied Clay 68 feet
5 North St 227 to 226-A 8" Vi tri fied Clay 192 feet
6 North St 226-A to 226 8" Vi tri fied Clay 203 feet
7 North St 226 to 225 8" Vi tri fied Clay 215 feet
8 North St 225 to 208 8" Vi tri fied Clay 214 feet
9 Boyd St 208 to 207-A 8" Vi tri fied Clay 190 feet
10 Congress St 207-A to L-29 8" Vi tri fied Clay 206 feet
11 Boyd St 207-A to 207 8" Vi tri fied Clay 184 feet
12 Center St 207 to L-27 8" Vi tri fied Clay 217 feet
13 Center St 224 to 223 8" Vi tri fied Clay 325 feet
14 Race St 223 to L-24 8" Vi tri fied Clay 139 feet
15 Center St 223 to 222 8" Vi tri fied Clay 212 feet
16 Center St 222 to 221 8" Vi tri fied Clay 213 feet
17 Walnut St 221 to L-23 8" Vi tri fied Clay 212 feet
18 Center St 221 to 220 8" Vi tri fied Clay 210 feet
19 Center St 220 to 207 8" Vi tri fied Clay 215 feet
20 Boyd St 207 to 206 8" Vi tri fied Clay 298 feet
21 Union St 206 to L-22 8" Vi tri fied Clay 119 feet
22 Boyd St 206 to 205 8" Vi tri fied Clay 95 feet
23 Cherry St 217 to 216 8" Vi tri fied Clay 428 feet
24 Walnut St 216 to 215 8" Vi tri fied Clay 216 feet
25 Union St 215 to 205-A 8" Vi tri fied Clay 271 feet
26 Union St 205-A to 205 8" Vi tri fied Clay 150 feet
27 Boyd St 205 to 204 8" Vi tri fied Clay 90 feet
28 Boyd St 204 to 203-A 8" Vi tri fied Clay 105 feet
29 Plum St 203-A to L-26 8" Vi tri fied Clay 89 feet
30 Boyd St 203-A to 203 8" Vi tri fied Clay 205 feet
31 Plum St 214-A to 214 8" Vi tri fied Clay 301 feet
32 Walnut St 214 to L-25 8" Vi tri fied Clay 110 feet
33 Walnut St 214 to 213 8" Vi tri fied Clay 204 feet
34 Pine St 213 to 212 12" Vi tri fied Clay 211 feet
35 Pine St 212 to 203 12" Vi tri fied Clay 209 feet
36 Race St 417 to 416 8" Vi tri fied Clay 284 feet
37 Pine St 418 to 416 8" Vi tri fied Clay 387 feet
38 Race St 416 to 415 8" Vi tri fied Clay 105 feet
39 North St 421 to 409 8" Vi tri fied Clay 382 feet
40 North St 423 to L-42 8" Vi tri fied Clay 127 feet
41 Seal St 423 to 422 8" Vi tri fied Clay 382 feet
42 Center St 422 to 408 8" Vi tri fied Clay 192 feet
43 Union St 437 to 436 8" Vi tri fied Clay 390 feet
44 Union St 436 to 435-A 8" Vi tri fied Clay 200 feet
45 Union St 435-A to 435 8" Vi tri fied Clay 197 feet
46 Union St 435 to 406 8" Vi tri fied Clay 174 feet
47 Union St 419 to 406 8" Vi tri fied Clay 333 feet
48 Market St 336 to L-39 8" Vi tri fied Clay 119 feet
49 Market St 336 to 335-A 8" Vi tri fied Clay 313 feet
50 Market St 335-A to 335 8" Vi tri fied Clay 63 feet
length
SEWER LINE CLEANING AND INSPECTION TABLE OF MANHOLE RUNS FOR CONTRACT #2018-1
manhole
run s treet manhole to manhole pipe s ize / type
12
51 Market St 335 to 334 8" Vi tri fied Clay 129 feet
52 Market St 334 to 333 8" Vi tri fied Clay 306 feet
53 Boyd St 337 to L-36 8" Vi tri fied Clay 99 feet
54 Boyd St 337 to 333 8" Vi tri fied Clay 161 feet
55 Market St 333 to 301 8" Vi tri fied Clay 211 feet
56 Market St 301 to 116 10" Vi tri fied Clay 125 feet
57 West St 127 to 126 8" Vi tri fied Clay 224 feet
58 West St 126 to 125 8" Vi tri fied Clay 114 feet
59 West St 125 to 116 8" Vi tri fied Clay 35 feet
60 Rai l road ROW 116 to 115 10" Vi tri fied Clay 366 feet
61 Rai l road St 115 to 114 10" Vi tri fied Clay 71 feet
62 Rai l road St 124 to L-11 8" Vi tri fied Clay 85 feet
63 Rai l road St 124 to 114 8" Vi tri fied Clay 270 feet
64 Rai l road St 114 to 113 10" Vi tri fied Clay 391 feet
65 Moore St 123 to 110 8" Vi tri fied Clay 297 feet
66 Front St 110 to L-10 8" Vi tri fied Clay 132 feet
67 Congress St 122 to L-2 8" Vi tri fied Clay 157 feet
68 Front St 122 to 120 8" Vi tri fied Clay 177 feet
69 Front St 120-A to L-3 8" Vi tri fied Clay 136 feet
70 North St 121 to 120-A 8" Vi tri fied Clay 224 feet
71 North St 120 to 108 8" Vi tri fied Clay 109 feet
72 Center St 141 to L-8 8" Vi tri fied Clay 110 feet
73 Center St 141 to 119 8" Vi tri fied Clay 63 feet
74 Center St 119 to 107 8" Vi tri fied Clay 379 feet
75 Front St 118 to l -1 8" Vi tri fied Clay 191 feet
76 Union St 118 to 105 8" Vi tri fied Clay 326 feet
77 Pine St 117 to 104 8" Vi tri fied Clay 302 feet
78 Union St 138 to 137 8" Vi tri fied Clay 257 feet
79 West St 137 to 136 8" Vi tri fied Clay 397 feet
80 Pine St 136 to L-6 8" Vi tri fied Clay 158 feet
81 West St 136 to 136-A 8" Vi tri fied Clay 137 feet
82 Pine St 136 to 135 8" Vi tri fied Clay 241 feet
83 Pine St 135 to 134 8" Vi tri fied Clay 182 feet
84 Front St 134 to 133 8" Vi tri fied Clay 320 feet
Note: Manhole numbers l i s ted as L-# are lampholes Total footage of Mains: 17,468 feet
Most pipe lengths are 3 feet 8": 16,095 feet
10": 953 feet
12": 420 feet
length
SEWER LINE CLEANING AND INSPECTION TABLE OF MANHOLE RUNS FOR CONTRACT #2018-1
manhole
run s treet manhole to manhole pipe s ize / type
13
PENNSYLVANIA PREVAILING WAGE ACT
(1) The general prevailing minimum wage rates including contributions for employee benefits as
determined by the Secretary which shall be paid to the workmen employed in the performance of the
contract. The contract shall specifically provide that the contractor shall pay at least the wage rates as
determined in the decision of the Secretary of Labor and Industry and shall comply with the conditions
of the act approved August 15, 1961, and the regulations issued thereto, to assure the full and proper
payment of the rates.
(2) The contract shall contain the stipulation that workmen shall be paid at least the general prevailing
minimum wage rates and other provisions to assure payment thereof as set forth in this section.
(3) The contract provisions apply to work performed on the contract by the contractor and to work
performed on the contract by subcontractors.
(4) The contractor shall insert in each of his subcontracts the stipulations contained in these required
provisions and other stipulations as may be required.
(5) The contract shall provide that no workmen may be employed on the public work except in
accordance with the classifications in the decision of the Secretary. If additional or different
classifications are necessary the procedure in § 9.107 (relating to petition for review of rates and
hearings) shall be followed.
(6) The contract shall provide that workmen employed or working on the public work shall be paid
unconditionally, regardless of whether a contractual relationship exists or the nature of a contractual
relationship which may be alleged to exist between a contractor, subcontractor and workmen, at least
once a week, without deduction or rebate, on any account, either directly or indirectly except
authorized deductions, the full amounts due at the time of payment, computed at the rates applicable
to the time worked in the appropriate classification. Nothing in the contract, the act or this title
prohibits the payment of more than the general prevailing minimum wage rates as determined by the
Secretary to a workman on public work.
(7) The contract shall provide that the contractor and each subcontractor shall post for the entire period
of construction the wage determination decisions of the Secretary, including the effective date of
changes thereof, in a prominent and easily accessible place or places at the site of the work and at the
places used by them to pay workmen their wages. The posted notice of wage rates shall contain the
following information:
(i) The name of project.
(ii) The name of the public body for which it is being constructed.
(iii) The crafts and classifications of workmen listed in the Secretary's general prevailing
minimum wage rate determination for the particular project.
(iv) The general prevailing minimum wage rates determined for each craft and classification and
the effective date of changes.
(v) A statement advising workmen that if they have been paid less than the general prevailing
minimum wage rate for their job classification or that the contractor or subcontractor are not
14
complying with the act or this title, they may file a protest in writing with the Secretary within 3
months of the date of the occurrence, objecting to the payment to a contractor to the extent of
the amount due or to become due to them as wages for work performed on the public work
project. A workmen paid less than the rate specified in the contract shall have a civil right of
action for the difference between the wage paid and the wages stipulated in the contract, which
right of action shall be exercised within 6 months from the occurrence of the event creating the
right.
(8) The contract shall provide that the contractor and subcontractors shall keep an accurate record
showing the name, craft or classification, number of hours worked per day and the actual hourly rate of
wage paid, including employee benefits, to each workman employed by him in connection with the
public work. The record shall include deductions from each workman. The record shall be preserved for
2 years from the date of payment and shall be open at reasonable hours to the inspection of the public
body awarding the contract and to the Secretary or his authorized representatives.
(9) The contract shall provide that apprentices shall be limited to numbers in accordance with a bona
fide apprenticeship program registered with and approved by The Pennsylvania Apprenticeship and
Training Council and only apprentices whose training and employment are in full compliance with The
Apprenticeship and Training Act (43 P. S. §§ 90.1 - 90.10), approved July 14, 1961, and the regulations
issued thereto shall be employed on the public work project. A workman using the tools of a craft who
does not qualify as an apprentice within this subsection shall be paid the rate predetermined for
journeymen in that particular craft or classification.
(10) Wages shall be paid without deductions except authorized deductions. Employers not parties to a
contract requiring contributions for employee benefits which the Secretary has determined to be
included in the general prevailing minimum wage rate shall pay the monetary equivalent thereof directly
to the workmen.
(11) Payment of compensation to workmen for work performed on public work on a lump sum basis, or
a piece work system, or a price certain for the completion of a certain amount of work, or the
production of a certain result shall be deemed a violation of the act and this subchapter, regardless of
the average hourly earnings resulting therefrom.
(12) The contract shall also provide that each contractor and each subcontractor shall file a statement
each week and a final statement at the conclusion of the work on the contract with the contracting
agency, under oath, and in form satisfactory to the Secretary, certifying that workmen have been paid
wages in strict conformity with the provisions of the contract as prescribed by this section or if wages
remain unpaid to set forth the amount of wages due and owing to each workman respectively.
15
Project Name: Contract 2018-1, Sewer Cleaning and Video Inspection
Awarding Agency: Millersburg Area Authority
Contract Award Date: 3/5/2018
Serial Number: 18-00672
Project Classification: Highway
Determination Date: 1/30/2018
Assigned Field Office: Harrisburg
Field Office Phone Number: (717)787-4763
Toll Free Phone Number: (800)932-0665
Project County: Dauphin County
16
Project: 18-00672 - Building Effective Date
Expiration Date
Hourly Rate Fringe Benefits
Total
Asbestos & Insulation Workers 6/26/2017 $32.00 $26.51 $58.51
Boilermaker (Commercial, Institutional, and Minor Repair Work)
3/1/2018 $29.52 $18.22 $47.74
Boilermaker (Commercial, Institutional, and Minor Repair Work)
3/1/2017 $28.52 $18.22 $46.74
Boilermakers 3/1/2018 $45.89 $33.73 $79.62
Boilermakers 1/1/2018 $46.26 $33.36 $79.62
Boilermakers 1/1/2017 $44.26 $33.36 $77.62
Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners
5/1/2020 $33.99 $17.31 $51.30
Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners
5/1/2021 $34.62 $17.78 $52.40
Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners
5/1/2019 $33.43 $16.87 $50.30
Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners
5/1/2017 $32.54 $16.06 $48.60
Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners
5/1/2018 $32.95 $16.45 $49.40
Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers
6/1/2017 $28.88 $15.75 $44.63
Cement Finishers 5/1/2017 $27.20 $22.45 $49.65
Drywall Finisher 5/1/2017 $23.30 $12.39 $35.69
Electric Lineman 5/28/2018 $45.25 $24.94 $70.19
Electric Lineman 5/30/2017 $44.22 $23.94 $68.16
Electric Lineman 5/28/2019 $46.32 $25.97 $72.29
Electricians 6/1/2017 $30.00 $23.06 $53.06
Electricians 6/1/2018 $29.75 $24.44 $54.19
Elevator Constructor 1/1/2017 $43.98 $31.89 $75.87
Elevator Constructor 1/1/2018 $45.35 $33.00 $78.35
Glazier 5/1/2021 $25.63 $13.45 $39.08
Glazier 5/1/2019 $25.63 $12.45 $38.08
Glazier 5/1/2020 $25.63 $12.95 $38.58
Glazier 5/1/2018 $25.63 $11.95 $37.58
Glazier 5/1/2017 $25.63 $11.45 $37.08
Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing)
7/1/2019 $33.76 $28.42 $62.18
Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing)
7/1/2018 $32.53 $28.42 $60.95
17
Project: 18-00672 - Building Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Laborers (Class 03 - See notes) 5/1/2020 $24.21 $15.13 $39.34
Laborers (Class 03 - See notes) 5/1/2017 $24.31 $13.62 $37.93
Laborers (Class 03 - See notes) 5/1/2018 $24.81 $14.22 $39.03
Laborers (Class 03 - See notes) 5/1/2019 $25.36 $14.71 $40.07
Laborers (Class 04 - See notes) 5/1/2020 $24.21 $15.13 $39.34
Laborers (Class 04 - See notes) 5/1/2017 $25.81 $13.62 $39.43
Laborers (Class 04 - See notes) 5/1/2018 $26.31 $14.22 $40.53
Laborers (Class 04 - See notes) 5/1/2019 $26.86 $14.82 $41.68
Laborers (Class 05 - See notes) 5/1/2018 $26.81 $14.22 $41.03
Laborers (Class 05 - See notes) 5/1/2017 $26.31 $13.62 $39.93
Laborers (Class 05 - See notes) 5/1/2020 $24.21 $15.13 $39.34
Laborers (Class 05 - See notes) 5/1/2019 $27.36 $14.82 $42.18
Laborers (Class 06 - See notes) 5/1/2017 $22.86 $13.33 $36.19
Laborers (Class 06 - See notes) 5/1/2018 $23.31 $13.93 $37.24
Laborers (Class 06 - See notes) 5/1/2019 $23.76 $14.53 $38.29
Laborers (Class 06 - See notes) 5/1/2020 $24.21 $15.13 $39.34
Marble Mason 5/1/2021 $31.55 $17.34 $48.89
Marble Mason 5/1/2020 $31.02 $16.87 $47.89
Marble Mason 5/1/2017 $29.27 $15.62 $44.89
Marble Mason 5/1/2018 $29.88 $16.01 $45.89
Marble Mason 5/1/2019 $30.46 $16.43 $46.89
Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing)
7/1/2017 $31.33 $28.42 $59.75
Laborers (Class 01 - See notes) 5/1/2019 $21.76 $14.53 $36.29
Laborers (Class 01 - See notes) 5/1/2018 $21.31 $13.93 $35.24
Laborers (Class 01 - See notes) 5/1/2020 $22.21 $15.13 $37.34
Laborers (Class 01 - See notes) 5/1/2017 $20.86 $13.33 $34.19
Laborers (Class 02 - See notes) 5/1/2020 $24.21 $15.13 $39.34
Laborers (Class 02 - See notes) 5/1/2017 $22.86 $13.33 $36.19
Laborers (Class 02 - See notes) 5/1/2019 $23.76 $14.53 $38.29
Laborers (Class 02 - See notes) 5/1/2018 $23.31 $13.93 $37.24
18
Millwright 5/1/2017 $33.79 $18.16 $51.95
Operators (Building, Class 01 - See Notes) 5/1/2017 $35.24 $24.58 $59.82
Operators (Building, Class 01 - See Notes) 5/1/2018 $36.78 $25.03 $61.81
Operators (Building, Class 01 - See Notes) 5/1/2021 $41.41 $26.40 $67.81
Operators (Building, Class 01 - See Notes) 5/1/2020 $39.87 $25.94 $65.81
Operators (Building, Class 01 - See Notes) 5/1/2019 $38.32 $25.49 $63.81
Operators (Building, Class 01A - See Notes) 5/1/2020 $42.12 $26.60 $68.72
Operators (Building, Class 01A - See Notes) 5/1/2021 $43.66 $27.06 $70.72
Operators (Building, Class 01A - See Notes) 5/1/2019 $40.57 $26.15 $66.72
Operators (Building, Class 01A - See Notes) 5/1/2017 $37.49 $25.23 $62.72
Operators (Building, Class 01A - See Notes) 5/1/2018 $39.03 $25.69 $64.72
Operators (Building, Class 02 - See Notes) 5/1/2020 $39.59 $25.84 $65.43
Operators (Building, Class 02 - See Notes) 5/1/2021 $41.13 $26.30 $67.43
Operators (Building, Class 02 - See Notes) 5/1/2019 $38.05 $25.39 $63.44
Operators (Building, Class 02 - See Notes) 5/1/2017 $34.96 $24.49 $59.45
Operators (Building, Class 02 - See Notes) 5/1/2018 $36.50 $24.95 $61.45
Operators (Building, Class 02A - See Notes) 5/1/2019 $40.30 $26.06 $66.36
Operators (Building, Class 02A - See Notes) 5/1/2021 $43.38 $26.98 $70.36
Operators (Building, Class 02A - See Notes) 5/1/2017 $37.21 $25.16 $62.37
Operators (Building, Class 02A - See Notes) 5/1/2018 $38.75 $25.61 $64.36
Operators (Building, Class 03 - See Notes) 5/1/2018 $33.78 $24.12 $57.90
Operators (Building, Class 03 - See Notes) 5/1/2017 $32.23 $23.68 $55.91
Operators (Building, Class 03 - See Notes) 5/1/2019 $35.32 $24.59 $59.91
Project: 18-00672 - Building Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Operators (Building, Class 03 - See Notes) 5/1/2020 $36.86 $25.05 $61.91
Operators (Building, Class 03 - See Notes) 5/1/2021 $38.41 $25.50 $63.91
Operators (Building, Class 04 - See Notes) 5/1/2020 $35.73 $24.71 $60.44
Operators (Building, Class 04 - See Notes) 5/1/2019 $34.17 $24.27 $58.44
Operators (Building, Class 04 - See Notes) 5/1/2018 $32.63 $23.80 $56.43
Operators (Building, Class 04 - See Notes) 5/1/2017 $30.33 $22.12 $52.45
Operators (Building, Class 04 - See Notes) 5/1/2021 $37.26 $25.18 $62.44
Operators (Building, Class 05 - See Notes) 5/1/2021 $36.82 $25.04 $61.86
Operators (Building, Class 05 - See Notes) 5/1/2020 $35.28 $24.59 $59.87
19
Operators (Building, Class 05 - See Notes) 5/1/2017 $29.87 $21.99 $51.86
Operators (Building, Class 05 - See Notes) 5/1/2018 $32.18 $23.69 $55.87
Operators (Building, Class 05 - See Notes) 5/1/2019 $33.73 $24.14 $57.87
Operators (Building, Class 06 - See Notes) 5/1/2021 $35.95 $24.77 $60.72
Operators (Building, Class 06 - See Notes) 5/1/2020 $34.40 $24.32 $58.72
Operators (Building, Class 06 - See Notes) 5/1/2019 $32.86 $23.86 $56.72
Operators (Building, Class 06 - See Notes) 5/1/2017 $29.00 $21.72 $50.72
Operators (Building, Class 06 - See Notes) 5/1/2018 $31.31 $23.41 $54.72
Operators (Building, Class 07A- See Notes) 5/1/2018 $44.29 $28.68 $72.97
Operators (Building, Class 07A- See Notes) 5/1/2017 $42.44 $28.13 $70.57
Operators (Building, Class 07A- See Notes) 5/1/2020 $48.00 $29.77 $77.77
Operators (Building, Class 07A- See Notes) 5/1/2019 $46.15 $29.22 $75.37
Operators (Building, Class 07A- See Notes) 5/1/2021 $49.86 $30.31 $80.17
Operators (Building, Class 07B- See Notes) 5/1/2018 $43.95 $28.58 $72.53
Operators (Building, Class 07B- See Notes) 5/1/2017 $42.09 $28.03 $70.12
Operators (Building, Class 07B- See Notes) 5/1/2021 $49.51 $30.20 $79.71
Operators (Building, Class 07B- See Notes) 5/1/2020 $47.65 $29.67 $77.32
Operators (Building, Class 07B- See Notes) 5/1/2019 $45.80 $29.12 $74.92
Painters Class 1 (see notes) 5/1/2017 $23.47 $13.32 $36.79
Painters Class 2 (see notes) 5/1/2017 $25.60 $13.32 $38.92
Painters Class 3 (see notes) 5/1/2017 $31.35 $13.32 $44.67
Pile Driver Divers (Building, Heavy, Highway) 1/1/2017 $49.13 $17.95 $67.08
Pile Driver Divers (Building, Heavy, Highway) 1/1/2016 $48.10 $17.37 $65.47
Piledrivers 1/1/2019 $34.30 $19.30 $53.60
Piledrivers 1/1/2018 $33.55 $18.55 $52.10
Plasterers 5/1/2017 $25.03 $20.58 $45.61
Plumber/Pipefitter 5/1/2017 $35.82 $24.51 $60.33
Roofers (Composition) 5/1/2017 $36.15 $30.22 $66.37
Roofers (Shingle) 5/1/2016 $25.70 $19.17 $44.87
Roofers (Slate & Tile) 5/1/2016 $28.70 $19.17 $47.87
Roofers (Slate & Tile) 5/1/2016 $28.70 $19.17 $47.87
Sheet Metal Workers 6/1/2017 $33.98 $35.40 $69.38
Sheet Metal Workers 6/1/2016 $33.60 $33.43 $67.03
Sprinklerfitters 4/1/2018 $38.80 $22.74 $61.54
20
Sprinklerfitters 4/1/2017 $37.40 $21.74 $59.14
Project: 18-00672 - Building Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Terrazzo Finisher 5/1/2019 $33.04 $16.22 $49.26
Terrazzo Finisher 5/1/2018 $32.35 $15.91 $48.26
Terrazzo Finisher 5/1/2017 $31.64 $15.62 $47.26
Terrazzo Setter 5/1/2019 $31.81 $19.67 $51.48
Terrazzo Setter 5/1/2018 $31.23 $19.25 $50.48
Terrazzo Setter 5/1/2017 $30.63 $18.85 $49.48
Tile & Marble Finisher 5/1/2020 $28.96 $14.79 $43.75
Tile & Marble Finisher 5/1/2021 $29.61 $15.14 $44.75
Tile & Marble Finisher 5/1/2019 $28.29 $14.46 $42.75
Tile & Marble Finisher 5/1/2017 $26.89 $13.86 $40.75
Tile & Marble Finisher 5/1/2018 $27.60 $14.15 $41.75
Tile Setter 5/1/2020 $31.02 $16.87 $47.89
Tile Setter 5/1/2021 $31.55 $17.34 $48.89
Tile Setter 5/1/2019 $30.46 $16.43 $46.89
Tile Setter 5/1/2017 $29.27 $15.62 $44.89
Tile Setter 5/1/2018 $29.88 $16.01 $45.89
Truckdriver class 1(see notes) 5/1/2019 $36.12 $0.00 $36.12
Truckdriver class 1(see notes) 5/1/2018 $35.32 $0.00 $35.32
Truckdriver class 1(see notes) 5/1/2017 $34.47 $0.00 $34.47
Truckdriver class 2 (see notes) 5/1/2019 $36.19 $0.00 $36.19
Truckdriver class 2 (see notes) 5/1/2018 $35.39 $0.00 $35.39
Truckdriver class 2 (see notes) 5/1/2017 $34.54 $0.00 $34.54
Truckdriver class 3 (see notes) 5/1/2019 $36.68 $0.00 $36.68
Truckdriver class 3 (see notes) 5/1/2018 $35.88 $0.00 $35.88
Truckdriver class 3 (see notes) 5/1/2017 $35.03 $0.00 $35.03
Project: 18-00672 - Heavy/Highway Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Carpenters 5/1/2017 $30.12 $15.34 $45.46
Cement Finishers 5/1/2016 $26.40 $22.35 $48.75
Electric Lineman 5/28/2018 $45.25 $23.02 $68.27
21
Electric Lineman 5/29/2017 $44.22 $22.06 $66.28
Electric Lineman 5/27/2019 $46.32 $24.00 $70.32
Iron Workers 1/1/2017 $30.02 $29.42 $59.44
Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing)
7/1/2017 $31.33 $28.42 $59.75
Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing)
7/1/2019 $33.76 $28.42 $62.18
Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing)
7/1/2018 $32.53 $28.42 $60.95
Laborers (Class 01 - See notes) 5/1/2016 $19.81 $15.79 $35.60
Laborers (Class 01 - See notes) 5/1/2019 $21.61 $17.29 $38.90
Laborers (Class 01 - See notes) 5/1/2018 $20.96 $16.79 $37.75
Laborers (Class 01 - See notes) 5/1/2017 $20.36 $16.29 $36.65
Laborers (Class 02 - See notes) 5/1/2017 $26.98 $16.29 $43.27
Laborers (Class 02 - See notes) 5/1/2016 $26.43 $15.79 $42.22
Laborers (Class 02 - See notes) 5/1/2019 $28.23 $17.29 $45.52
Laborers (Class 02 - See notes) 5/1/2018 $27.58 $16.79 $44.37
Laborers (Class 03 - See notes) 5/1/2019 $25.22 $17.29 $42.51
Laborers (Class 03 - See notes) 5/1/2018 $24.57 $16.79 $41.36
Laborers (Class 03 - See notes) 5/1/2016 $23.42 $15.79 $39.21
Laborers (Class 03 - See notes) 5/1/2017 $23.97 $16.29 $40.26
Laborers (Class 04 - See notes) 5/1/2018 $24.92 $16.79 $41.71
Laborers (Class 04 - See notes) 5/1/2019 $25.57 $17.29 $42.86
Laborers (Class 04 - See notes) 5/1/2016 $23.77 $15.79 $39.56
Laborers (Class 04 - See notes) 5/1/2017 $24.32 $16.29 $40.61
Laborers (Class 05 - See notes) 5/1/2017 $24.99 $16.29 $41.28
Laborers (Class 05 - See notes) 5/1/2018 $25.59 $16.79 $42.38
Laborers (Class 05 - See notes) 5/1/2019 $26.24 $17.29 $43.53
Laborers (Class 05 - See notes) 5/1/2016 $24.44 $15.79 $40.23
Laborers (Class 06 - See notes) 5/1/2019 $25.66 $17.29 $42.95
Laborers (Class 06 - See notes) 5/1/2016 $23.86 $15.79 $39.65
Laborers (Class 06 - See notes) 5/1/2018 $25.01 $16.79 $41.80
Laborers (Class 06 - See notes) 5/1/2017 $24.41 $16.29 $40.70
Laborers (Class 07 - See notes) 5/1/2016 $24.15 $15.79 $39.94
Laborers (Class 07 - See notes) 5/1/2017 $24.70 $16.29 $40.99
22
Laborers (Class 07 - See notes) 5/1/2019 $25.95 $17.29 $43.24
Laborers (Class 07 - See notes) 5/1/2018 $25.30 $16.79 $42.09
Laborers (Class 08 - See notes) 5/1/2016 $24.63 $15.79 $40.42
Laborers (Class 08 - See notes) 5/1/2017 $25.18 $16.29 $41.47
Laborers (Class 08 - See notes) 5/1/2019 $26.43 $17.29 $43.72
Laborers (Class 08 - See notes) 5/1/2018 $25.78 $16.79 $42.57
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2020 $35.23 $24.57 $59.80
Project: 18-00672 - Heavy/Highway Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2019 $33.69 $24.11 $57.80
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2021 $36.78 $25.03 $61.81
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2018 $32.15 $23.66 $55.81
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2017 $30.60 $23.21 $53.81
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2021 $35.64 $24.69 $60.33
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2018 $31.01 $23.32 $54.33
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2020 $33.65 $24.11 $57.76
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2019 $32.55 $23.78 $56.33
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2017 $29.47 $22.88 $52.35
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2021 $35.20 $24.56 $59.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2018 $30.56 $23.20 $53.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2017 $29.02 $22.74 $51.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2019 $32.11 $23.65 $55.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2020 $33.65 $24.11 $57.76
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2020 $32.78 $23.84 $56.62
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2021 $34.31 $24.31 $58.62
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2019 $31.22 $23.40 $54.62
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2018 $29.68 $22.93 $52.61
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2017 $28.14 $22.49 $50.63
Operators (Heavy, Class 01 - See Notes) 5/1/2020 $38.44 $25.52 $63.96
Operators (Heavy, Class 01 - See Notes) 5/1/2021 $39.98 $25.97 $65.95
Operators (Heavy, Class 01 - See Notes) 5/1/2019 $36.90 $25.06 $61.96
Operators (Heavy, Class 01 - See Notes) 5/1/2017 $33.80 $24.16 $57.96
Operators (Heavy, Class 01 - See Notes) 5/1/2018 $35.35 $24.61 $59.96
Operators (Heavy, Class 01A - See Notes) 5/1/2018 $37.60 $25.27 $62.87
23
Operators (Heavy, Class 01A - See Notes) 5/1/2017 $36.05 $24.82 $60.87
Operators (Heavy, Class 01A - See Notes) 5/1/2021 $42.24 $26.64 $68.88
Operators (Heavy, Class 01A - See Notes) 5/1/2020 $40.69 $26.19 $66.88
Operators (Heavy, Class 01A - See Notes) 5/1/2019 $39.14 $25.73 $64.87
Operators (Heavy, Class 02 - See Notes) 5/1/2020 $38.16 $25.44 $63.60
Operators (Heavy, Class 02 - See Notes) 5/1/2021 $39.70 $25.89 $65.59
Operators (Heavy, Class 02 - See Notes) 5/1/2019 $36.61 $24.98 $61.59
Operators (Heavy, Class 02 - See Notes) 5/1/2017 $33.52 $24.07 $57.59
Operators (Heavy, Class 02 - See Notes) 5/1/2018 $35.07 $24.52 $59.59
Operators (Heavy, Class 02A - See Notes) 5/1/2018 $37.32 $25.19 $62.51
Operators (Heavy, Class 02A - See Notes) 5/1/2017 $35.78 $24.72 $60.50
Operators (Heavy, Class 02A - See Notes) 5/1/2020 $40.41 $26.10 $66.51
Operators (Heavy, Class 02A - See Notes) 5/1/2019 $38.87 $25.64 $64.51
Operators (Heavy, Class 02A - See Notes) 5/1/2021 $41.95 $26.56 $68.51
Operators (Heavy, Class 07A - See Notes) 5/1/2018 $42.58 $28.18 $70.76
Operators (Heavy, Class 07A - See Notes) 5/1/2021 $48.14 $29.83 $77.97
Operators (Heavy, Class 07A - See Notes) 5/1/2017 $40.73 $27.63 $68.36
Operators (Heavy, Class 07A - See Notes) 5/1/2020 $46.28 $29.27 $75.55
Operators (Heavy, Class 07A - See Notes) 5/1/2019 $44.43 $28.73 $73.16
Project: 18-00672 - Heavy/Highway Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Operators (Heavy, Class 07B - See Notes) 5/1/2017 $40.38 $27.53 $67.91
Operators (Heavy, Class 07B - See Notes) 5/1/2020 $45.94 $29.17 $75.11
Operators (Heavy, Class 07B - See Notes) 5/1/2018 $42.23 $28.09 $70.32
Operators (Heavy, Class 07B - See Notes) 5/1/2021 $47.79 $29.71 $77.50
Operators (Heavy, Class 07B - See Notes) 5/1/2019 $44.09 $28.63 $72.72
Operators (Highway, Class 01 - See Notes) 5/1/2019 $36.02 $24.79 $60.81
Operators (Highway, Class 01 - See Notes) 5/1/2020 $37.56 $25.24 $62.80
Operators (Highway, Class 01 - See Notes) 5/1/2021 $39.10 $25.70 $64.80
Operators (Highway, Class 01 - See Notes) 5/1/2016 $32.16 $22.64 $54.80
Operators (Highway, Class 01 - See Notes) 5/1/2017 $32.93 $23.87 $56.80
Operators (Highway, Class 01 - See Notes) 5/1/2018 $34.47 $24.33 $58.80
Operators (Highway, Class 01a - See Notes) 5/1/2020 $39.81 $25.92 $65.73
Operators (Highway, Class 01a - See Notes) 5/1/2021 $41.35 $26.38 $67.73
24
Operators (Highway, Class 01a - See Notes) 5/1/2019 $38.27 $25.46 $63.73
Operators (Highway, Class 01a - See Notes) 5/1/2017 $35.18 $24.56 $59.74
Operators (Highway, Class 01a - See Notes) 5/1/2018 $36.72 $25.01 $61.73
Operators (Highway, Class 02 - See Notes) 5/1/2018 $33.30 $23.98 $57.28
Operators (Highway, Class 02 - See Notes) 5/1/2017 $31.75 $23.53 $55.28
Operators (Highway, Class 02 - See Notes) 5/1/2016 $30.98 $22.31 $53.29
Operators (Highway, Class 02 - See Notes) 5/1/2021 $37.93 $25.35 $63.28
Operators (Highway, Class 02 - See Notes) 5/1/2020 $36.38 $24.90 $61.28
Operators (Highway, Class 02 - See Notes) 5/1/2019 $34.84 $24.44 $59.28
Operators (Highway, Class 03 - See Notes) 5/1/2019 $34.14 $24.25 $58.39
Operators (Highway, Class 03 - See Notes) 5/1/2020 $35.69 $24.69 $60.38
Operators (Highway, Class 03 - See Notes) 5/1/2021 $37.23 $25.16 $62.39
Operators (Highway, Class 03 - See Notes) 5/1/2016 $30.28 $22.10 $52.38
Operators (Highway, Class 03 - See Notes) 5/1/2017 $31.06 $23.32 $54.38
Operators (Highway, Class 03 - See Notes) 5/1/2018 $32.59 $23.80 $56.39
Operators (Highway, Class 04 - See Notes) 5/1/2019 $33.68 $24.12 $57.80
Operators (Highway, Class 04 - See Notes) 5/1/2020 $35.23 $24.57 $59.80
Operators (Highway, Class 04 - See Notes) 5/1/2021 $36.77 $25.03 $61.80
Operators (Highway, Class 04 - See Notes) 5/1/2016 $29.82 $21.98 $51.80
Operators (Highway, Class 04 - See Notes) 5/1/2017 $30.60 $23.20 $53.80
Operators (Highway, Class 04 - See Notes) 5/1/2018 $32.14 $23.66 $55.80
Operators (Highway, Class 05 - See Notes) 5/1/2018 $31.63 $23.51 $55.14
Operators (Highway, Class 05 - See Notes) 5/1/2019 $33.18 $23.97 $57.15
Operators (Highway, Class 05 - See Notes) 5/1/2020 $34.72 $24.42 $59.14
Operators (Highway, Class 05 - See Notes) 5/1/2016 $29.31 $21.83 $51.14
Operators (Highway, Class 05 - See Notes) 5/1/2021 $36.26 $24.87 $61.13
Operators (Highway, Class 05 - See Notes) 5/1/2017 $30.08 $23.06 $53.14
Operators (Highway, Class 06 - See Notes) 5/1/2018 $34.71 $24.39 $59.10
Operators (Highway, Class 06 - See Notes) 5/1/2019 $36.25 $24.85 $61.10
Operators (Highway, Class 06 - See Notes) 5/1/2020 $37.79 $25.30 $63.09
Operators (Highway, Class 06 - See Notes) 5/1/2021 $39.33 $25.78 $65.11
Project: 18-00672 - Heavy/Highway Effective Date
Expiration Date
Hourly Rate
Fringe Benefits
Total
Operators (Highway, Class 06 - See Notes) 5/1/2016 $32.40 $22.70 $55.10
25
Operators (Highway, Class 06 - See Notes) 5/1/2017 $33.17 $23.94 $57.11
Operators (Highway, Class 06/A - See Notes) 5/1/2019 $38.50 $25.52 $64.02
Operators (Highway, Class 06/A - See Notes) 5/1/2021 $41.58 $26.43 $68.01
Operators (Highway, Class 06/A - See Notes) 5/1/2020 $40.04 $25.97 $66.01
Operators (Highway, Class 06/A - See Notes) 5/1/2018 $36.96 $25.05 $62.01
Operators (Highway, Class 06/A - See Notes) 5/1/2016 $34.65 $23.36 $58.01
Operators (Highway, Class 06/A - See Notes) 5/1/2017 $35.42 $24.59 $60.01
Operators (Highway, Class 07/A - See Notes) 5/1/2021 $47.08 $29.49 $76.57
Operators (Highway, Class 07/A - See Notes) 5/1/2019 $43.37 $28.41 $71.78
Operators (Highway, Class 07/A - See Notes) 5/1/2020 $45.23 $28.94 $74.17
Operators (Highway, Class 07/A - See Notes) 5/1/2018 $41.52 $27.84 $69.36
Operators (Highway, Class 07/A - See Notes) 5/1/2016 $38.56 $25.99 $64.55
Operators (Highway, Class 07/A - See Notes) 5/1/2017 $39.66 $27.31 $66.97
Operators (Highway, Class 07/B - See Notes) 5/1/2018 $40.10 $27.44 $67.54
Operators (Highway, Class 07/B - See Notes) 5/1/2017 $38.25 $26.89 $65.14
Operators (Highway, Class 07/B - See Notes) 5/1/2020 $43.81 $28.53 $72.34
Operators (Highway, Class 07/B - See Notes) 5/1/2021 $45.66 $29.08 $74.74
Operators (Highway, Class 07/B - See Notes) 5/1/2016 $37.17 $25.57 $62.74
Operators (Highway, Class 07/B - See Notes) 5/1/2019 $43.37 $28.41 $71.78
Pile Driver Divers (Building, Heavy, Highway) 1/1/2017 $49.13 $17.95 $67.08
Piledrivers 1/1/2019 $34.30 $19.30 $53.60
Piledrivers 1/1/2018 $33.55 $18.55 $52.10
Piledrivers 1/1/2017 $32.75 $17.95 $50.70
Steamfitters (Heavy and Highway - Gas Distribution) 5/1/2017 $40.98 $32.53 $73.51
Truckdriver class 1(see notes) 5/1/2016 $33.57 $0.00 $33.57
Truckdriver class 1(see notes) 5/1/2017 $34.47 $0.00 $34.47
Truckdriver class 1(see notes) 5/1/2018 $35.32 $0.00 $35.32
Truckdriver class 1(see notes) 5/1/2019 $36.12 $0.00 $36.12
Truckdriver class 2 (see notes) 5/1/2017 $34.54 $0.00 $34.54
Truckdriver class 2 (see notes) 5/1/2016 $33.64 $0.00 $33.64
Truckdriver class 2 (see notes) 5/1/2019 $36.19 $0.00 $36.19
Truckdriver class 2 (see notes) 5/1/2015 $32.64 $0.00 $32.64
Truckdriver class 2 (see notes) 5/1/2018 $35.39 $0.00 $35.39
Truckdriver class 3 (see notes) 5/1/2019 $36.68 $0.00 $36.68
26
Truckdriver class 3 (see notes) 5/1/2016 $34.13 $0.00 $34.13
Truckdriver class 3 (see notes) 5/1/2017 $35.03 $0.00 $35.03
Truckdriver class 3 (see notes) 5/1/2018 $35.88 $0.00 $35.88
28
CONSTRUCTION PROPOSAL
CONTRACT #2018-1
SEWER CLEANING AND VIDEO INSPECTION
Proposal of ___________________________________________________________________________
(Contractor)
_____________________________________________________________________________________
(Address)
To: Millersburg Area Authority
101 West Street
Millersburg, PA 17061
Authority Board:
This proposal is submitted in accordance with your advertisement inviting proposals to be received at the
time and place stated therein for Sewer Cleaning and Video Inspection – Contract #2018-1.
Having carefully examined the Contract Documents, comprised of the drawings, specifications and all
documents bound therewith, together with all addenda or bulletins thereto, all as prepared by Millersburg
Area Authority, 101 West Street, Millersburg, Pennsylvania, which are understood to be a part thereof,
and being familiar with the various conditions affecting the work, the undersigned herein agrees to furnish
all necessary machinery, equipment, tools, labor and other means of construction and all materials
specified, in the manner and the time prescribed, and I/we understand the quantities of work as shown
herein are approximately only and are subject to increases or decreases, and further understand that all
quantities of work, whether increased or decreased, are to be performed at the following unit prices:
29
Item Est. Quantity Units Description Unit Price Total Price
1 16,095 linear ft. Light Clean and Televise 8 inch
Diameter Live Sanitary Sewer Lines ________ _____________
2 953 linear ft. Light Clean and Televise 10 inch
Diameter Live Sanitary Sewer Lines ________ _____________
3 420 linear ft. Light Clean and Televise 12 inch
Diameter Live Sanitary Sewer Lines ________ _____________
4 20 hour Heavy Clean 8 - 12 inch
Diameter Live Sanitary Sewer Lines ________ _____________
5 10 man hour Flagmen as necessary ________ _____________
6 20 yards Disposal of Solids Removed from
Sanitary Sewer Lines and Manholes ________ _____________
Total Bid _________________________________________________________ $___________________
(written amount)
Accompanying this Proposal is a certified check, bank cashier’s check, bank treasurer’s check or a Bid Bond
in the amount of not less than ten (10) percent of the bid price, which is applied in accordance with the provisions
of the Contract Documents in the event the contract is awarded to the undersigned and the undersigned shall default
in executing the Contract (Agreement) or in furnishing the required bonds and insurance certificates within the time
specified in the Contract Documents.
It is further understood that this Proposal and the stated bid prices as submitted by the undersigned will be
honored and held valid by the undersigned for a period after the close of bidding as specified in the Advertisement
for Bids or Notice to Contractors.
The undersigned Contractor hereby certifies that this Proposal and the attached bid security are genuine
and are not sham or collusive, and are not submitted in the interest or in behalf of any individual, partnership or
corporation not named below. The undersigned also represents himself or itself as being a responsible contractor
and certifies that he has not directly or indirectly requested any other bidder to submit a sham bid, and that the
undersigned has not in any way or manner sought by illegal means or by collusion to secure for himself or for any
acquaintance an advantage over any bidder or prospective bidder.
___________________________________
(Date)
_________________________________________________________
(Name of Contractor)
___________________________________ by___________________________________________
(Attest) (Signature)
SEAL (if corporation)
___________________________________________
(Title)
Contractor’s Project Manager:_________________________________________
Telephone:___________________________________E-mail:___________________________________
The above Contractor is a Corporation organized and existing under the laws of the Commonwealth or
State of ____________________________________________.
30
BID PROPOSAL
GUARANTY BOND
KNOW ALL MEN BY THESE PRESENTS that after the above-name Principal and Surety are held and firmly bound unto
Millersburg Area Authority, hereinafter called the Authority, in the sum of 10 per centum of the Principal’s bid on
the above Project, for the payment whereof the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT:
1. If the Principal’s bid is determined by the Authority to be the successful bid and the Principal shall qualify
as the successful bidder by meeting the Authority’s standards regarding financial responsibility,
competency, experience, reputation and quality of previous work, and shall duly execute and deliver the
contract prepared by the Authority for the Project, and provide the required bonds and insurance
certificates, or
2. If the Principal’s bid is determined by the Authority to be unsuccessful bid, and this bond returned to the
Principal,
Then this obligation shall be void and of no effect; otherwise to remain in full force and virtue; and,
PROVIDED FURTHER, that in case of default by the Principal in any respect, action on this Bond may be begun
forthwith, and the Principal and the Surety, jointly and severally, do hereby authorize and empower any attorney of
and Court of Record of Pennsylvania, or elsewhere, to appear for and to enter judgement against them, jointly and
severally, for the aforementioned sum, with or without defalcation, with costs of suit, release of errors, without stay
of execution and with ten (10%) per centum attorney fees added for collection; and waiving inquisition on any real
estate and exemption of any property whatsoever, authorizing condemnation of the same and immediate issuance
of a writ of execution, and releasing and waiving relief from any and all appraisement, stay of execution, or
exemption laws of any State, now in force or hereinafter to be passed.
Signed, sealed and delivered this__________________day of ______________________________________, 2016.
ATTEST OR WITNESS:
______________________________________(SEAL)
(Name of Principal)
________________________________________ _______________________________________
Signature Title Signature Title
ATTEST OR WITNESS: _______________________________________
(Name of Surety)
________________________________________ By_______________________________________
(Attorney-in-Fact)
PRINCIPAL (NAME AND ADDRESS) SURETY (NAME AND ADDRESS)
31
FINAL RELEASE AND WAIVER OF LIEN
STATE OF PENNSYLVANIA COUNTY OF DAUPHIN
In consideration of the sum of ________________ paid to the Contractor by Millersburg Area
Authority hereinafter referred to as “Owner”, as full and final payment for all services required
of and additional services performed by the Contractor for the Owner on the certain Project
known as Sewer Line Cleaning and Inspection, including without limitation all work performed
under and in connection with Contract #2018-1 dated _______________________ together
with all additions, supplements and change orders to and modifications of, said Contract(s), and
all other work, if any, performed by the undersigned on said Project.
The undersigned hereby states, affirms and agrees that, with respect to all of such work:
1. All labor employed thereon or in connection therewith and all payroll taxes and charges
(such as withholding taxes, social security taxes, union fringe benefits, and/or insurance
premiums) have been paid in full; and
2. All amounts due have been paid to its subcontractors, suppliers, and/or materialmen for
the work for which all partial payment estimates have been issued and for which
Contractor has received payments from the Owner; and
3. The Owner and all lands, improvements, chattels and other real and personal property
connected with to a part of said Project are released and forever discharged by the
Contractor from any and all claims, demands, liens and claims of lien whatsoever arising
out of the Contract(s) and/or said work and which it now has or hereafter might or
could have except the following:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
□ Check here to confirm that there are no exceptions.
4. All Materials, tools, equipment, supplies and services furnished and used upon or in
connection with the Project have been paid for in full; and all sales, use and excise and
similar taxes on or in connection with the same have been paid in full; and
5. All other claims against the Contractor or its subcontractors arising out of performance
of the Contract either have been paid or that the Contractor has and will maintain in
force such Public Liability and Property Damage Insurance as will fully protect it and its
subcontractors and the Owner from any such claims as may be pending or that may
thereafter arise in conjunction with the Project; and
32
6. The undersigned Contractor will, at its sole cost and expense, defend and hold harmless
the Owner from any and all claims and demands and will defend against and obtain the
discharge of any and all liens and claims of lien of others arising out of or in connection
with the Project, including, without limitation, those claimed or asserted by any
employee, supplier or subconsultant of the undersigned Contractor or by an employee
or supplier of any governmental agency, surety or insurance carrier.
This final release and waiver of lien shall inure to the benefit of the Owner and their successors
and assigns and shall be binding upon the undersigned Contractor and its heirs, successors and
assigns.
Dated this _____________________ day of ________________________, _________________
Contractor Name: ____________________________________
Authorized Officer: ____________________________________
Title: ____________________________________
Date: ____________________________________
Sworn to and executed before me this _________ day of ___________________, ___________
Notary Signature: ____________________________________
Notary Public State of: ____________________________________
My Commission Expires: ____________________________________
(SEAL)