HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; and 3 weeks after 10 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
Bid ID 57
Federal opportunity from City of Watertown. Place of performance: SD.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 12 more rate previews.↓
Point of Contact
Agency & Office
Description
Bid Postings • Taxiway A Reconstruction, Project No. 2601 Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In Government Departments Communications Search Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Number: 2026-0005 Bid Title: Taxiway A Reconstruction, Project No. 2601 Category: City of Watertown Bid Postings Status: Closed Bid Recipient: City Finance Office Description: NOTICE TO BIDDERS Sealed bids will be received by the City Council of the, City of Watertown , 20 N Maple, P.O. Box 910, Watertown, South Dakota, 57201, at the office of the City Finance Officer of said City until 2:00 p.m. (local time) on the 2 nd day of April, 2026, and then be publicly opened and read, for furnishing all equipment, labor, and materials as set forth in the specifications and performing all work, incidental thereto for Taxiway A Reconstruction, Watertown Regional Airport, Watertown, South Dakota. Base Bid Primary Work: Mobilization (Max of 10% of Total Base Bid Cost); Contractor Quality Control Plan, Construction Safety Phasing Plan, 6400 SqYd of Concrete Pavement Removal (20" Nominal Depth), 6400 SqYd of Asphalt Pavement Removal (4" Nominal Depth), 13500 SqYd of Asphalt Pavement/Base Removal (18" Nominal Depth), 19600 CuYd of Unclassified Excavation, 7200 CuYd of Disposal of Excess Material, 2300 CuYd of Subbase Course (Furnished), 11200 CuYd of Subbase Course (Recycled), 17100 SqYd of Geotextile Separator Fabric, 3000 SqYd of Geogrid, 3000 CuYd of Crushed Aggregate Base Course, 6000 Ton of Asphalt Base / Surface Course, 390 Ton of Asphalt Binder (PG 64-34), 20 Ton of Emulsified Asphalt Prime Coat, 15 Ton of Emulsified Asphalt Tack Coat, 1900 Ft of Route and Seal Joint, 2200 SqFt of Pavement Marking (Yellow), 4100 SqFt of Pavement Marking (Black), 2200 SqFt of Temporary Pavement Marking (Yellow), 4100 SqFt of Temporary Pavement Marking (Black), 2600 Ft of 4" Perforated Underdrain Pipe, 7 Each Underdrain Cleanout, 1 Each Connect Underdrain to RCP, 9 Acres of Seeding and Fertilizing, 2500 CuYd of Topsoil (Removed from Stockpile), 400 CuYd of Topsoil (Furnished From Off the Site), 43600 SqYd of Mulching, 1 Each Field Laboratory, Type I, Storm Water Pollution Prevention Plan, 400 Ft of High Flow Silt Fence, 2 Each Culvert/Inlet Protection, Temporary Phasing Work, Electrical, 4 Each of Field Locate & Expose Existing Conduit (Potholing), 6100 Ft of 1/C No. 8 AWG, 5kV, XLPE, L-824, Type C Cable Installed in Conduit, 3400 Ft of 1/C No. 6 AWG, Solid, Bare Copper Counterpoise Wire, Including Trenching or Plowing, Including Ground Rods, Connections, & Terminations, 5500 Ft of Remove & Dispose of Existing Cable; Abandon Conduit, 400 Ft of Trenching & Backfilling or Plowing for Conduit, 3500 Ft of Non-Encased, Electrical Conduit, (1) 2 Inch, Type I, Sch. 40 PVC in Trench or SDR 13 HDPE Plowed, 240 Ft of Non-Encased, Electrical Conduit, (1) 2 Inch, Type III, SDR 11 HDPE, Bored , 90 Ft of Sand-Encased, Electrical Conduit, (2) 2 Inch, Type III, Sch. 80 PVC in Trench, 180 Ft of Sand-Encased, Split Electrical Conduit, (1) 3 Inch, Type III, Sch. 80 PVC in Trench, Including Removal of Existing Conduit & Lowering of All Circuit Conductors, 7 Each of Cable Markers, 2 Each of Remove & Dispose of Existing Electrical Manhole, 2 Each of L-867B (12"), Class 1A, Electrical Junction Box with Flat Etched Steel Cover, 50 Each of Remove & Salvage Existing Taxiway Edge Light & Transformer; Remove & Dispose of Light Base Can & Concrete, 1 Each of Remove & Salvage Existing Taxiway Lighted Sign; Remove & Dispose of Concrete Sign Pad & Junction Box2 Each of L-861T, 30-Inch, In-Pavement, Elevated, Mode 1, LED, Medium Intensity Taxiway Light (MITL) w/ Arctic Kit, Blue-Omni, Including Fixed Bottom Base Can, Adjustable Top, & Concrete, 50 Each of L-861T, 30-Inch Elevated, Mode 1, LED, Medium Intensity Taxiway Light (MITL) w/ Arctic Kit, Blue-Omni, Including Light Base Can & Concrete, 1 Each of L-858Y, Directional/Destination, Airfield Sign, Size 2, Style 2 (LED), Mode 2, 4-Module Including Concrete Sign Pad & Junction Box, Spare Parts, and other items of related construction. Alternate Bid No. 1 – Sta 124+50 to Sta 136+15 Primary Work: Mobilization (Max of 10% of Total Alternate Bid No. 1 Cost); Contractor Quality Control Plan, Construction Safety Phasing Plan, 6900 SqYd of Asphalt Pavement/Base Removal (18" Nominal Depth), 7000 CuYd of Unclassified Excavation, 2900 CuYd of Disposal of Excess Material, 2000 CuYd of Subbase Course (Furnished), 3500 CuYd of Subbase Course (Recycled), 7000 SqYd of Geotextile Separator Fabric, 1500 SqYd of Geogrid, 1200 CuYd of Crushed Aggregate Base Course, 2400 Ton of Asphalt Base / Surface Course, 160 Ton of Asphalt Binder (PG 64-34), 9 Ton of Emulsified Asphalt Prime Coat, 6 Ton of Emulsified Asphalt Tack Coat, 1400 Ft of Route and Seal Joint, 700 SqFt of Pavement Marking (Yellow), 1400 SqFt of Pavement Marking (Black), 700 SqFt of Temporary Pavement Marking (Yellow), 1400 SqFt of Temporary Pavement Marking (Black), 900 Ft of 4" Perforated Underdrain Pipe, 2 Each Underdrain Cleanout, 2 Each Connect Underdrain to RCP, 1 Acre of Seeding and Fertilizing, 600 CuYd of Topsoil (Removed from Stockpile), 4800 SqYd of Mulching, Storm Water Pollution Prevention Plan, 2 Each Culvert/Inlet Protection, 11 Each of Edge Light Base Can Elevation Adjustment (Raise/Lower per Plan), and other items of related construction. 1. Plans and Specifications : Copies of the Plans and Specifications are available for inspection at: Office of the City of Watertown, South Dakota , or at the Office of Helms and Associates, 416 Production Street, Aberdeen, South Dakota . Plans and Specifications may be obtained, at the Office of the latter, upon payment to Helms and Associates for shipping and handling in the amount of $100 for an 11” x 17” size set of plans and specifications . Plans and Specifications may be retrieved by registering with the Issuing Office at http://www.helmsengineering.com/biddocs.html . Following registration, complete sets of Plans and Specifications may be downloaded as portable document format (PDF) files. Users who have downloaded the Plans and Specifications will be mailed an invoice of $20.00. All payments are non-refundable. Additionally, upon request, in accordance with South Dakota Codified Law 5-18B-1, one copy of Plans and Specifications shall be furnished, without charge, to each Contractor resident in South Dakota who intends, in good faith, to bid upon the project. 2. Bid Guarantee : Each bid must be accompanied by a certified check, cashier's check or draft in the amount of five percent (5%) of the total bid, and drawn on a solvent State or National Bank, or a ten percent (10%) Bid Bond issued by a surety authorized to do business in the State of South Dakota and payable to the City of Watertown , South Dakota. 3. Contract Bonds : Separate Payment and Performance Bonds guaranteeing faithful performance of the Contract and payment of all labor, materials, rentals, etc., will be required for an amount equal to one hundred percent (100%) of the amount of the Contract. All bonds must be issued or co-signed by a licensed resident agent of South Dakota. 4. Commencement and Completion : The Engineer will set the beginning date in a written "Notice to Proceed with Construction". The Contractor shall begin the work within ten (10) days of the date set forth in the written "Notice to Proceed" and shall complete the work within the number of calendar days, working days, or completion date or dates as shown in the Specifications. 5. Title VI : The City of Watertown , in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 6. Minimum Wage Rates : The successful bidder will be required to comply with all applicable Federal Labor Laws, including the minimum wage rates decision of the United States Department of Labor. 7. Affirmative Action : A Contractor who may be awarded a contract of $10,000 or more and subcontractors who may be awarded a subcontract of $10,000 or more will be required to maintain an affirmative action program, the standards for which are contained in the advertised specifications. 8. Award of Contract : The right is reserved, as the interest of the City of Watertown , South Dakota, may require, to reject any and all bids, to waive informality in bids received, and to accept or reject any items of any bid, unless such bid is qualified by specific limitation. 9. The contractor will certify that he and any of his subcontractors meet the requirements of 49 CFR, Part 29, regarding debarment, suspension, ineligibility and voluntary exclusion as further described in these specifications. 10. The contractor will certify that he and his subcontractors will comply with the 49 CFR, 30.17, regarding Foreign Trade Restrictions as further noted in project specifications. 11. The contractor will certify that he and his subcontractors will comply with "BUY AMERICAN CERTIFICATION (JAN. 1991)" as further noted in project specifications. 12. The contractor will comply with "BUY AMERICAN-STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN. 1991)" as further described in project specifications. 13. If an applicant (corporation) has either unpaid Federal tax liability or has been convicted of a criminal violation under any Federal law within the preceding 24 months, the applicant is ineligible to receive an award unless the sponsor has recei
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.