LEGAL NOTICE 2018 COUNTY/ TOWNSHIP RESURFACING

Size: px
Start display at page:

Download "LEGAL NOTICE 2018 COUNTY/ TOWNSHIP RESURFACING"

Transcription

1 LEGAL NOTICE Sealed bids will be received by the Hancock County Commissioners in the Office of the Hancock County Engineer, 1900 Lima Avenue, P. O. Box 828, Findlay, OH until 11:00 A.M. THURSDAY, MARCH 22, 2018 for furnishing all labor, materials and equipment necessary for the following project: 2018 COUNTY/ TOWNSHIP RESURFACING Contract documents, bid sheets, plans and specifications may be obtained at the Hancock County Engineers Office on Thursday, March 8, All Bidders must be pre-qualified in conformance with Ohio Department of Transportation requirements for the work type of this project. Each bidder is required to furnish with its proposal a Bid Guaranty and Contract Bond in accordance with Section of the Ohio Revised Code. Bid security furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. Each proposal must contain the full name of the party or parties submitting the proposal. All Contractors and Subcontractors involved with the project will, to the extent practicable, use Ohio products, materials, services, and labor in the implementation of their project. Compliance with the Equal Employment Opportunity requirements of Ohio Administrative Code Chapter 123, the Governor s Executive Order of 1972, and Governor s Executive Order 84-9 shall be required. Bidders must comply with the prevailing wage rates on public improvements in Hancock County, Ohio as determined by the Ohio Department of Industrial Relations. Bids are to be sealed, marked "BID 2018 COUNTY/ TOWNSHIP RESURFACING and addressed to the Clerk of the Board of Commissioners of Hancock County, Ohio. The Hancock County Commissioners reserve the right to waive irregularities and to reject any or all bids submitted on any basis and without disclosure of a reason. The failure to make such a disclosure shall not result in the accrual of any right, claim, or cause of action by any successful bidder against Hancock County or the Board of Hancock County Commissioners. TO BE ADVERTISED: March 8 and 15, 2018 BOARD OF HANCOCK COUNTY COMMISSIONERS Mark D. Gazarek Brian J. Robertson Timothy Bechtol

2 PROPOSAL 2018 COUNTY/ TOWNSHIP RESURFACING To: THE HONORABLE COUNTY COMMISSIONERS 513 SOUTH MAIN STREET FINDLAY, OHIO (ALL WRITING MUST BE TYPED OR PRINTED IN INK) The undersigned proposes and agrees to furnish all labor, equipment, materials and services necessary to do all the Construction work on the below reference improvements by September 1, 2018 (Completion Date) according to the plans, profiles, and specifications and to accept in full compensation therefore the sum of Dollars ($ ).

3 Item No. Description Estimated Quantity Unit Unit Price Total Amount County and Township Roads (except CR 99, Liberty and Marion Township) 448 Asphalt Concrete - Surface 7,635 Tons 407 Tack Coat (0.06 Gal/SY) 4,849 Gal 614 Work Zone Centerline Class II 2.68 Miles Total County Road Asphalt Concrete - Surface 3,930 Tons 407 Tack Coat (0.06 Gal/SY) 2,122 Gal 254 Pavement Planing 28,977 SY 614 Work Zone Centerline Class II 1.48 Miles Total Marion Township Only 448 Asphalt Concrete - Surface 2,215 Tons 407 Tack Coat (0.06 Gal/SY) 1,595 Gal 254 Pavement Planing 4,646 SY Total Liberty Township Only 448 Asphalt Concrete - Surface 5,364 Tons 407 Tack Coat (0.06 Gal/SY) 3,862 Gal 254 Pavement Planing 64,363 SY 609 Remove Existing Curb and Construct Curb Type B without underdrain 3,008 LF Total Total Bid Price The undersigned further agrees to accept the unit prices as submitted for any additions or deductions caused by any change or alterations in the plans or specifications of the work.

4 On acceptance of this Proposal, do hereby bind to enter into a written Contract with the Hancock County Commissioners within ten (10) days of the Notice of Award and to present a Surety Bond amounting to 100% of the Contract. Proposals must be sealed and accompanied with a certified check or bond of five (5%) percent of the bid and addressed to the Hancock County Commissioners. No provision for reimbursement of the bid bond to the successful bidder is provided for under the terms of this Contract. We, the undersigned, do hereby acknowledge that the wage scales and specifications were attached to this bidding blank and are a part of this submitted Bid Proposal whether attached or not. SIGNED: NAME & TITLE: CONTRACTOR: ADDRESS: PHONE NO. TAX I.D. NO.

5 2018 COUNTY/ TOWNSHIP RESURFACING Quantities Township and County Roads Excluding CR 99, Liberty and Marion Township County / Township Road Number Road Section Length Width Thickness (in) Pavement Milling (SY) Aphalt 448 Tons Tack Gallons Hancock Co. CR 18 CR 212 to RR North of CR ,203 1,730 Hancock Co. CR 180 CR 172 to SR Hancock Co. CR 23 Spot Repair: North of TR Hancock Co. CR 226 Spot Repair: East of CR Hancock Co. CR 257 Spot Repair: South of Wood County Line Washington TR 218 TR 256 to CR Washington TR 218 CR 257 to RR east of TR , Washington TR 217 Spot Repair: East of CR 23 at Pipeline Crossing Van Buren TR 27 TR 60 to TR Pleasant TR 123 South of TR 105 at RR to Tree north of TR Pleasant TR 103 CR 16 to TR Jackson TR 40 US 68 to TR , County / Township Totals ,635 4,850 County Road 99 / Landfill Haul Route County Road Number Road Section Length Width Thickness (in) Pavement Milling (SY) Aphalt 448 Tons Tack Gallons Hancock Co. CR 99 CR 140 to TR Hancock Co. CR 99 TR 142 to I ,220 1,739 Landfill Totals ,930 2,122 Marion Township Road Name Segment Thickness Aphalt Pavement Segment Tack Gallons (in) 448 Tons Planing (SY) Length Width Forest Lake Drive Forest Lake to TR ,487 Brookstone Drive US 224 to Bent Tree Drive ,173 Long Meadow Westgate Drive to Township Line TR 202 TR 244 East 200 Feet Westgate Drive Bright Road to Long Meadow TR 227 CR 290 (6th Street) to TR , Totals Miles 2,215 1,595 4,646

6 Liberty Township Thickness (in) Aphalt 448 Tons Tack Gallons Pavement Planing (SY) Segment Length Width Bay Hill Drive Firestone to Spyglass Dr ,348 Spyglass Dr to Turnberry Dr Bellemont Drive Saddlebrook Dr to Gleneagle Dr Brook Lawn Turnberry Dr to Innisbrook Dr ,606 Byrnwyck Drive Gleneagle Dr to Harbortown Rd Harbortown Rd to Ironwood Dr ,025 Ironwood Dr to Findlay N CL Chagrin Valley Forest Park to Liberty N TL Curb (LF) Cypress Lake Cul-de-sac to Turnberry ,214 Turnberry to Saddlebrook Dr ,646 Firestone Drive Torrey Pines Dr to Pinehurst Dr Pinehurst Dr to Bay Hill Dr Bay Hill Dr to Cul-de-sac ,444 Forest Park Glengerry Dr to Chagrin Valley ,106 Chagrin Valley to Heath Brook Ct ,633 Heath Brook Ct to Turnberry Dr Turnberry Dr to Saddlebrook Dr ,268 Saddlebrook Dr to Pepper Pike Gleneagle Drive CR 95 to Inverness Dr ,464 Inverness Dr to Bellemont Dr Bellemont Dr to Pepper Pike , Pepper Pike to Pepper Pike Byrnwyck Dr to Ironwood Dr ,253 Ironwood Dr to Findlay N CL Harbortown Road Pepper Pike to Brynwyck Dr Heath Brook Court Cul-de-sac to Forest Park Innisbrook Drive CR 95 to Saddlebrook Dr Saddlebrook Dr to Brook Lawn ,835 Brook Lawn to Saddlebrook Dr Inverness Drive Gleneagle Dr to St Andrews Dr ,822 St Andrews Dr to Dead End ,039 Ironwood Drive Brynwyck Dr to Gleneagle Dr ,997 Pebble Beach Cul-de-sac to Pinehurst Dr Pepper Pike Gleneagle Dr to Harbortown Rd ,469 Harbortown Rd to Forest Park ,012 Forest Park to Liberty N TL Pinehurst Drive Firestone Dr to Pebble Beach Ct Pebble Beach Ct to Spyglass Dr ,820 Saddlebrook Drive Innisbrook Dr to Bellemont Dr ,916 Bellemont Dr to Innisbrook Dr ,363 Innisbrook Dr to Cypress Lake Cypress Lake to Forest Park ,658 Spyglass Drive Bay Hill Dr to Pinehurst Dr St Andrews Drive CR 95 to Inverness Dr Inverness Dr to Muirfield Dr ,186 Torrey Pines Drive CR 95 to Firestone Dr ,118 Turnberry Drive Liberty Township Hillcrest Subdivision Resurfacing and Curb Reconstruction Cul-de-sac to Bay Hill Dr Bay Hill Dr to Brook Lawn Brook Lawn to Cypress Lake ,066 Cypress Lake to Forest Park ,807 Forest Park to Liberty N TL Totals Miles 5,364 3,862 64,363 3,008

7 SUPPLEMENTAL SPECIFICATIONS The comments in this supplement are intended to clarify Hancock County s interpretation of the ODOT Specifications used for the various bid items, as well as to provide general information regarding the contract. The Specifications for this project shall be the ODOT Construction and Material Specifications 2016 edition. It is assumed the intent of all bid items is clear from the item description and specification. Any questions regarding any portion of these Contract Documents should be addressed more than 5 days prior to submission of a bid. Work on this Contract cannot begin until a 'Notice to Proceed' has been approved by the County Engineer which is expected near May 1 st. The County Engineer may release all roads for resurfacing once winter repairs are completed which is expected by June 15 th. The contractor shall be responsible for maintaining traffic for the duration of the contract. The contractor will be permitted to close (1) mile of road at a time. The contractor may not close any roads at any time, until he has the approval from the Hancock County Engineer. The contractor shall follow all applicable provisions of ODOT item 614 and OMUTCD for traffic maintenance. This work is not a separate pay item but shall be included in the unit price bid for all items. The Contractor is responsible for milling all Butt Joints at road intersections, bridges and end of paving areas as marked by County Personnel and shall provide the necessary Maintenance of Traffic to complete the necessary paving operation. The contractor shall follow all applicable provisions of ODOT Item 614 and OMUTCD for traffic maintenance and install applicable Signage and Advanced Warning Signage to warn the traveling public of Bump at milled locations. Signage shall be placed immediately after milling is completed and prior to traffic being allowed to travel over milled area. Additionally, the contractor shall erect and maintain for 1-month following the completion of paving operations Low Shoulder signage for all roads and for roads with edge lines the contract shall erect and maintain No Edge Line signage. This work is not a separate pay item but shall be included in the unit price bid for all items. Placement of the 448 shall be performed in two (2) courses for roads that have 2-inches or more resurfacing, scratch and finish. Additional tack coat may be needed on the scratch course; this will be a field decision by Hancock County and the contractor will be compensated for additional tack coat, if needed. If Bridge decks are marked for pavement they shall receive no more than 1" of asphalt surface course. Asphalt binder shall be PG Pave mail box approaches on all roads.

8 Area Specific Notes County and Township Roads (except CR 99, Liberty and Marion Township) 1. Only Hancock CR 18, Hancock CR 180 and Hancock CR 23 will receive Work Zone Centerline Class II. 2. Spot Repair Hancock CR 23 is 85 X 21 and will be marked in the field to repair pavement damage from pipeline crossing. 3. Spot Repair Hancock CR 226 is 175 X 16 and will be marked in the field to repair pavement damage from pipeline crossing. 4. Spot Repair Hancock CR 23 is 222 X 19 and will be marked in the field to repair pavement damage from pipeline crossing. County Road County Road 99 will receive Work Zone Centerline Class II. 2. Pavement Planing depth shall match the depth of asphalt to be installed. The Pavement planing shall not include concrete curb and gutter. Marion Township Only 1. For Forest Lake Drive, Brookstone Drive and Long Meadow, Pavement Planing depth shall transition from full depth at the gutter pan to existing pavement elevation 4-feet from the gutter on each side of the street per the Trustees direction. The Pavement planning shall not include any part of the concrete curb and gutter. 2. For Marion TR 202, Pavement Planing depth shall match the depth of asphalt to be installed. Liberty Township Only 1. Curb and Gutter ODOT Item 609 shall consist of removal of the existing curb and gutter pan and installation of 609 Curb without underdrain. This work shall consist of saw-cutting the existing pavement, if necessary, removal and disposal of the existing curb and gutter, excavation to final grade to match the cross section shown in the figure below, construct 4-inch ODOT 304 base, form and construct Type B Curb, backfill roadway side of curb with ODOT 304 and ODOT 301 to the depth shown on the figure below, backfill, seed and mulch the backside of the curb with suitable material prior to resurfacing the adjacent street. Work associated with this item shall commence and continue until completed and shall be completed within 45 days of commencement of this work.

9 2. Pavement Planing shall consist of milling the entire width of the street. For those streets designated as Mill and Pave, milling will include the full width of the street to a depth of the pavement to be placed and will not include the gutter pan. For those streets designated as Mill include gutter pan and Pave, milling will include the full width of the street to a depth of the pavement to be placed and will include the gutter pan. The gutter pan will be milled to correct the street cross section for final pavement. For those streets designated as Mill and Pave, Remove and Construct Curb, milling will include the full width of the street to a depth of the pavement to be placed. The contractor shall notify the County Engineer, local fire department, police department and other appropriate agencies which may require use of the roads during an emergency situation during the progress of construction at least 48 hours in advance. For areas that become inaccessible to emergency vehicles at any particular time, the contractor shall immediately notify the agencies of these locations. The Engineer s Estimate is $1,459,104.

10 AFFIDAVIT CONTRACT STATE OF ) COUNTY OF ) ) ss: Before me, a Notary Public, in and for said county, personally appeared, Contractor(s) who being duly sworn deposes and says that they are in compliance with Section of the Ohio Revised Code, which is as follows: "After the award by a taxing district of any contract let by competitive bid and prior to the time the contract is entered into, the person making a bid shall submit to the district s fiscal officer a statement affirmed under oath that the person with whom the contract is to be made was not charged at the time the bid was submitted with any delinquent personal property taxes on the general tax list of personal property of any county in which the taxing district has territory or that such person was charged with delinquent personal property taxes on any such tax list, in which case the statement shall also set forth the amount of such due and unpaid delinquent taxes on any such tax list and any due and unpaid penalties and interest thereon. If the statement indicates that the taxpayer was charged with any such taxes, a copy of the statement shall be transmitted by the fiscal officer of the County Treasurer within thirty days of the date it is submitted." If any statements are required from the above please attach same to this affidavit. Contractor By: Sworn to before me and signed in my presence this day of, 20. Notary Public My Commission Expires:

11 AFFIDAVIT IN COMPLIANCE WITH SECTION OF THE OHIO REVISED CODE State of Ohio County of SS: Personally appeared before me the undersigned, as an individual or as a representative of for a contract for to be let by the County of Hancock, who, being duly cautioned and sworn, makes the following statement with respect to prohibited activities constituting a conflict of interest or other violations under Ohio Revised Code, Section 3517.l3, and further states that the undersigned has the authority to make the following representation on behalf of himself or herself or of the business entity: 1. That none of the following has individually made within the two previous calendar years and that, if awarded a contract for the purchase of goods or services in excess of $500, none of the following individually will make, beginning on the date the contract is awarded and extending until one year following the conclusion of the contract, as an individual, one or more campaign contributions totaling in excess of $1,000, to any member of the Hancock County Commissioners or their individual campaign committees: a. myself; b. any partner or owner or shareholder of the partnership (if applicable); c. any owner of more than 20% of the corporation or business trust (if applicable); d. each spouse of any person identified in (a) through (c) of this section; e. each child seven years of age to seventeen years of age of any person identified in divisions (a) through (c) of this section (only applicable to contributions made on or after January 1, 2007). 2. That none of the following have collectively made since January 1, 2007, and that, if awarded a contract for the purchase of goods or services in excess of $500, none of the following collectively will make, beginning on the date of the contract, one or more campaign contributions totaling in excess of $2,000, to any member of the Hancock County Board of Commissioners or their individual campaign committees: a. myself b. any partner or owner or shareholder of the partnership (if applicable); c. any owner of more than 20T of the corporation or business trust (if applicable); d. each spouse of any person identified in (a) through (c) of this section; e. each child seven years of age to seventeen years of age of any person identified in divisions (a) through (c) of this section. Signature Title: Sworn and before me and subscribed in my presence this day of, 20. Notary Public: My Commission Expires:

12 NON-COLLUSION AFFIDAVIT STATE OF OHIO ) HANCOCK COUNTY) ) ss:, being first duly sworn, deposes and says that he is of the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder is not financially interested in, or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against a Township of Hancock County or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not, directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof. Affiant Sworn to before me and signed in my presence this day of, 20. Notary Public My Commission Expires:

13 GENERAL PROVISIONS The "State of Ohio Department of Transportation (ODOT) Construction and Material Specifications", dated January 1, 2013, shall govern this Contract and is hereby made a part of this Document, unless modified herein or on the Plans Department - Shall mean Hancock County, Ohio Director - Shall mean the Board of County Commissioners, or their duly appointed representative, subject to the conditions contained herein Engineer - Shall mean the Hancock County Engineer Laboratory - Shall mean the person or company designated by the Engineer to make material or other tests The State - Shall mean Hancock County acting through its authorized representatives Delete Proposal Guaranty - delete. Shall be in accordance with Section of the ORC Material Guaranty -All materials used must meet ODOT certification requirements Award of Contract - In the second paragraph delete 5 percent and substitute 10 percent Contract Bond - delete and substitute the following: "The successful Bidder must, within ten (10) days after he has received notice of the award to him and before entering into contract, furnish a bond in accordance with the form prescribed herein in an amount equal to 100% of the bid for the work." 107 Add the following: WAGE RATES - The minimum wage to be paid to all labor employed on this Contract shall be in accordance with the "Schedule of Prevailing Hourly Wage Rates" established and determined by the Bureau of Wage & Hour Administration Services applicable to Hancock County. This Contract requires the payment of the total of the 'Basic Hourly Rates' plus the 'Fringe Benefits Payments' for each classification of all in accordance with Chapter 4115 Ohio Revised Code. EQUAL OPPORTUNITY PLEDGE - The Bidder, with knowledge of the provision relating to equal employment opportunity, by executing this Proposal makes the pledges and commitments enumerated as prerequisites to a responsive bid Partial Payments - Delete second paragraph. Add the following - "From the date the Contract is fifty percent (50%) complete, as evidenced by payments in the amount of at least fifty percent (50%) of the Contract, all funds retained for the faithful performance of work shall be deposited in an escrow account as designated in Section of the Ohio Revised Code. After the Contract is fifty percent (50%) complete, no further funds shall be retained.

14 2/20/ /w3/webwh.nsf/PWDetermination?openform County: HANCOCK Determination Date: 02/20/2018 Expiration Date: 05/20/2018 Prevailing Wage Determination Cover Letter THE FOLLOWING PAGES ARE PREVAILING RATES OF WAGES ON PUBLIC IMPROVEMENTS FAIRLY ESTIMATED TO BE MORE THAN THE AMOUNT IN O.R.C. SEC (b) (1) or (2), AS APPLICABLE. Section 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 , 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 , 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 , 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 , 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 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 of the Ohio Revised Code. Section 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 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.) wh /1

15 2/23/2018 PW Rates STATE OF OHIO REQUEST FOR PREVAILING WAGE RATES Important: If you wish to retain a copy of this form for your records, please print it prior to clicking on the "Submit" button. When you click the "Submit" button, a prompt should appear which will allow you to obtain the necessary wage rates by clicking on the "view wage rates" button. Submitting this form notifies the Bureau of Labor and Worker Safety of your project. Wage rates will not be sent to you by mail as a result of the submission, rather you should obtain them by clicking on the "view wage rates" button. Public Authority Information Owner/Public Authority Name: Department Division or Agency: Hancock County Engineer Hancock County Engineer Street Address: 1900 Lima Avenue, PO Box 828 Date: 02/23/2018 This form must be filled out completely & correctly for us to process your request. Forms not completed correctly will be returned to the sender. Address 2: 1900 Lima Avenue, PO Box 828 ODOC Date Stamp City, OH Findlay ZIP: County of Public Authority: decade@co.hancock.oh.us It is required that you list your address here. HANCOCK P.A. Phone: Project Information Project Name: County Township Resurfacing 2018 ODOC Date Stamp (BId Tab) Site Address: 1900 Lima Avenue, PO Box 828 City, OH Findlay ZIP: County of Project: Prevailing Wage Coordinator Name Address: City, HANCOCK Douglas Cade/ Hancock County 1900 Lima Avenue, PO Box 8 Findlay ZIP: Phone: Issuing Authority of Bonds: Estimated Total Overall Project Cost: Type of Financing: N/A Local Type of Construction: New Construction Old Construction This Project is Residential Commercial 1/2

16 2/23/2018 PW Rates Expected Date of Contract Award: Projected Completion Date: Project Comments: 4/1/2018 example 05/31/98 12/31/2018 example 05/31/98 (optional) Important: If you wish to retain a copy of this form for your records, please print it prior to clicking on the "Submit" button. When you click the "Submit" button, a prompt should appear which will allow you to obtain the necessary wage rates by clicking on the "view wage rates" button. Submitting this form notifies the Bureau of Labor and Worker Safety of your project. Wage rates will not be sent to you by mail as a result of the submission, rather you should obtain them by clicking on the "view wage rates" button. Submit Please contact our Webmaster with questions or comments. LAW /2

17 Bureau of Wage and Hour Administration 6606 Tussing Road - PO Box 4009 Reynoldsburg, OH Phone Fax TTY/TDD com.ohio.gov An Equal Opportunity Employer and Service Provider PREVAILING WAGE CONTRACTOR RESPONSIBILITIES This is a summary of prevailing wage contractors responsibilities. For more detailed information please refer to Chapter 4115 of the Ohio Revised Code General Information Ohio's prevailing wage laws apply to all public improvements financed in whole or in part by public funds when the total overall project cost is fairly estimated to be more than $250,000 for new construction or $75,000 for reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting. Ohio's prevailing wage laws apply to all public improvements financed in whole or in part by public funds when the total overall project cost is fairly estimated to be more than $91,150 for new construction that involves roads, streets, alleys, sewers, ditches and other works connected to road or bridge construction or $27,309 for reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting of a public improvement that involves roads, streets, alleys, sewers, ditches and other works connected to road or bridge construction. a) Thresholds are to be adjusted biennially by the Administrator of Ohio Department of Commerce, Division of Industrial Compliance and Labor, Bureau of Wage and Hour Administration b) Biennial adjustments to threshold levels are made according to the Price Deflator for Construction Index, United States Department of Commerce, Bureau of the Census*, but may not increase or decrease more than 3% for any year Penalties for violation Violators are to be assessed the wages owed, plus a penalty of 100% of the wages owed. Intentional Violations If an intentional violation is determined to have occurred, the contractor is prohibited from contracting directly or indirectly with any public authority for the construction of a public improvement. Intentional violation means "a willful, knowing, or deliberate disregard for any provision" of the prevailing wage law and includes but is not limited to the following actions: Intentional failure to submit payroll reports as required, or knowingly submitting false or erroneous reports. Intentional misclassification of employees for the purpose of reducing wages. Intentional misclassification of employees as independent contractors or as apprentices. Intentional failure to pay the prevailing wage. Intentional failure to comply with the allowable ratio of apprentices to skilled workers as required by the regulations established by Ohio Department of Commerce, Division of Industrial Compliance and Labor, Bureau of Wage and Hour Administration. Intentionally employing an officer, of a contractor or subcontractor, that is known to be prohibited from contracting, directly or indirectly, with a public authority. Responsibilities A. Pay the prevailing rate of wages as shown in the wage rate schedules issued by the Ohio Department of Commerce, Division of Industrial Compliance and Labor, Bureau of Wage and Hour Administration, for the classification of work being performed. 1. Wage rate schedules include all modifications, corrections, escalations, or reductions to wage rates issued for the project.

18 2. Overtime must be paid at time and one-half the employee's base hourly rate. Fringe benefits are paid at straight time rate for all hours including overtime. 3. Prevailing wages must be paid in full without any deduction for food, lodging, transportation, use of tools, etc.; unless, the employee has voluntarily consented to these deductions in writing. The public authority and the Director of Ohio Department of Commerce, Division of Industrial Compliance and Labor, Bureau of Wage and Hour Administration - must approve these deductions as fair and reasonable. Consent and approval must be obtained before starting the project. B. Use of Apprentices and Helpers cannot exceed the ratios permitted in the wage rate schedules. 1. Apprentices must be registered with the U.S. Department of Labor Bureau of Apprenticeship and Training. 2. Contractors must provide the Prevailing Wage Coordinator a copy of the Apprenticeship Agreement for each apprentice on the project. C. Keep full and accurate payroll records available for inspection by any authorized representative of the Ohio Department of Commerce, Division of Industrial Compliance, and Labor, Bureau of Wage and Hour Administration or the contracting public authority, including the Prevailing Wage Coordinator. Records should include but are not limited to: 1. Time cards, time sheets, daily work records, etc. 2. Payroll ledger\journals and canceled checks\check register. 3. Fringe benefit records must include program, address, account number, & canceled checks. 4. Records made in connection with the public improvement must not be removed from the State for one year following the completion of the project. 5. Out-of-State Corporations must submit to the Ohio Secretary of State the full name and address of their Statutory Agent in Ohio. D. Prevailing Wage Rate Schedule must be posted on the job site where it is accessible to all employees. E. Prior to submitting the initial payroll report, supply the Prevailing Wage Coordinator with your project dates to schedule reporting of your payrolls. F. Supply the Prevailing Wage Coordinator a list of all subcontractors including the name, address, and telephone number for each. 1. Contractors are responsible for their subcontractors compliance with requirements of Chapter 4115 of the Ohio Revised Code. G. Before employees start work on the project, supply them with written notification of their job classification, prevailing wage rate, fringe benefit amounts, and the name of the Prevailing Wage Coordinator for the project. A copy of the completed signed notification should be submitted to Prevailing Wage Coordinator. H. Supply all subcontractors with the Prevailing Wage Rates and changes. I. Submit certified payrolls within two (2) weeks after the initial pay period. Payrolls must include the following information: 1. Employees names, addresses, and social security numbers. (a) Corporate officers/owners/partners and any salaried personnel who do physical work on the project are considered employees. All rate and reporting requirements are applicable to these individuals. 2. Employees work classification. (a) Be specific about the laborers and/or operators (Group) (b) For all apprentices, show level/year and percent of journeyman s rate 3. Hours worked on the project for each employee.

19 (a) The number of hours worked in each day and the total number of hours worked each week. 4. Hourly rate for each employee. (a) The minimum rate paid must be the wage rate for the appropriate classification. The Department s Wage Rate Schedule sets this rate. (b) All overtime worked is to be paid at time and one-half for all hours worked more than forty (40) per week. 5. Where fringes are paid into a bona fide plan instead of cash, list each benefit and amount per hour paid to program for each employee. (a) When the amount contributed to the fringe benefit plan and the total number of hours worked by the employee on all projects for the year are documented, the hourly amount is calculated by dividing the total contribution of the employer by the total number of hours worked by the employee. (b) When the amount contributed to the fringe benefit is documented but not the total hours worked, the hourly amount is calculated by dividing the total yearly contribution by Gross amount earned on all projects during the pay period. 7. Total deductions from employee s wages. 8. Net amount paid. J. The reports shall be certified by the contractor, subcontractor, or duly appointed agent stating that the payroll is correct and complete; and that the wage rates shown are not less than those required by the O.R.C K. Provide a Final Affidavit to the Prevailing Wage Coordinator upon the completion of the project.

20 2/20/2018 PW Rate Skilled CN jcLoc886 Page Prevailing Wage Rate Skilled Crafts Name of Union: Cement Mason Local 886 (Market Recovery) Change # : CN jcLoc886 Craft : Cement Effective Date : 09/21/2011 Last Posted : 09/21/2011 Classification BHR Fringe Benefit Payments Irrevocable Fund H&W Pension App Tr. Vac. Annuity Other LECET MISC Total PWR Overtime Rate Cement Mason $25.45 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $39.55 $52.28 Apprentice 1st 6 2nd 6 3rd 6 4th 6 5th 6 6th 6 Percent $14.00 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $28.10 $ $16.54 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $30.64 $ $19.09 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $33.19 $ $20.36 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $34.46 $ $21.63 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $35.73 $ $22.91 $5.70 $4.75 $0.15 $0.00 $3.50 $0.00 $0.00 $0.00 $37.01 $48.46 Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 5 Journeymen to 1 Apprentice DEFIANCE, HANCOCK, HENRY, PAULDING, PUTNAM, WILLIAMS Special Jurisdictional Note : Details : 1/2

21 2/20/2018 PW Rate Skilled CN fbLoc886 Page Prevailing Wage Rate Skilled Crafts Name of Union: Plasterer & Drywall Finisher Local 886 Change # : CN fbLoc886 Craft : Plasterer Effective Date : 07/01/2017 Last Posted : 06/28/2017 Classification BHR Fringe Benefit Payments Irrevocable Fund H&W Pension App Tr. Vac. Annuity Other LECET MISC Total PWR Overtime Rate Plasterer $28.01 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $45.89 $59.90 Drywall $25.80 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $43.03 $55.93 Drywall Apprentice Drywall 50% Drywall r 55% Drywall 60% Drywall 70% Drywall 75% Drywall 80% Drywall 90% Drywall 95% Drywall Shophand $12.90 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $30.13 $36.58 $14.19 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $31.42 $38.52 $15.48 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $32.71 $40.45 $18.06 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $35.29 $44.32 $19.35 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $36.58 $46.26 $20.64 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $37.87 $48.19 $23.22 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $40.45 $52.06 $24.51 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $41.74 $54.00 $18.06 $7.30 $5.60 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $35.29 $44.32 Plasterer Apprentice Percent Plasterer $14.01 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $31.89 $38.89 Plasterer $15.41 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $33.29 $40.99 Plasterer $16.81 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $34.69 $43.09 Plasterer $19.61 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $37.49 $47.29 Plasterer $21.01 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $38.89 $49.39 Plasterer $22.41 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $40.29 $51.49 Plasterer $25.21 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $43.09 $55.69 Plasterer $26.61 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $44.49 $ /2

22 2/20/2018 PW Rate Skilled CN fbLoc886 Page Plasterer Shophand $19.61 $7.60 $5.95 $0.30 $0.00 $4.00 $0.03 $0.00 $0.00 $37.49 $47.29 Special Calculation Note : Other is Labor Management Ratio : 1 Journeymen to 1 Apprentice for 1st Apprentice only Then 3 Journeymen to 1 Apprentice thereafter Jurisdiction ( * denotes special jurisdictional note ) : ALLEN, AUGLAIZE, DEFIANCE, ERIE, FULTON, HANCOCK, HARDIN, HENRY, HURON, LOGAN, LUCAS, MERCER, OTTAWA, PAULDING, PUTNAM, SANDUSKY, SENECA, VAN WERT, WILLIAMS, WOOD Special Jurisdictional Note : Details : ****Improvers receive no fringe benefits for the first 90 days. Then $3.75 Health & Welfare Workers on Swing Stage will be paid ($.25) per hour above journeyman rate. Nozzelmen or Operators of the Plastering Browning Gun shall receive ($.75) per hour above journeyman rate. 2/2

23 2/20/2018 PW Rate Skilled CN fbBldgHevHwy Page 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 # : CN fbBldgHevHwy Craft : Truck Driver Effective Date : 07/05/2017 Last Posted : 07/05/2017 Classification BHR Fringe Benefit Payments Irrevocable Fund H&W Pension App Tr. Vac. Annuity Other LECET MISC Total PWR Overtime Rate Truck Driver CLASS 2 Tractor Trailer-Semi Tractor Trucks-Pole Trailers-Ready Mix Trucks-Fuel Trucks- Asphalt-Oil Spray bar men- 5 Axle & Over - Belly Dumps-End Dumps-Articulated Dump Trucks- Low boys-heavy duty Equipment(irrespective of load carried) when used exclusively for transportation-truck Mechanics (when needed) $26.91 $7.00 $7.30 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $41.41 $54.87 Apprentice Percent First $21.53 $7.00 $7.30 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $36.03 $ $22.87 $7.00 $7.30 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $37.37 $ $24.22 $7.00 $7.30 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $38.72 $ $25.56 $7.00 $7.30 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $40.06 $ $26.91 $7.00 $7.30 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $41.41 $54.87 Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1/2

24 2/20/2018 PW Rate Skilled CN fbBldgHevHwy Page 3 Journeymen to 1 Apprentice per company/project Special Jurisdictional Note : 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 Details : ** Asphalt - Oil spray bar man when operating from cab shall receive $0.20 cents per hour above their Basic Hourly Rate. 2/2

25 2/20/2018 PW Rate Skilled CN LocNW248 Page Prevailing Wage Rate Skilled Crafts Name of Union: Carpenter NW District Overhead Door Change # : CN LocNW248 Craft : Carpenter Effective Date : 09/06/2007 Last Posted : 09/06/2007 Classification BHR Fringe Benefit Payments Irrevocable Fund H&W Pension App Tr. Vac. Annuity Other LECET MISC Total PWR Overtime Rate Carpenter Mechanic Intermediate Mechanic Level 2 Mechanic Level 1 $20.00 $0.00 $1.00 $0.20 $0.00 $0.00 $0.00 $21.20 $31.20 $15.85 $0.00 $0.00 $0.20 $0.00 $0.00 $0.00 $16.05 $23.97 $12.00 $0.00 $0.00 $0.20 $0.00 $0.00 $0.00 $12.20 $18.20 Special Calculation Note : Fully paid reasonable & customary comprehensive medical/surgical insurance shall be provided for employee,spouse and dependent children by employer. Ratio : 1 Journeymen Mechanic to 1 Mechanic Level 1 or Intermediate Mechanic Level 2 Jurisdiction ( * denotes special jurisdictional note ) : ALLEN, AUGLAIZE, CRAWFORD, DEFIANCE, FULTON, HANCOCK, HARDIN, HENRY, LUCAS, MERCER, OTTAWA, PAULDING, PUTNAM, SANDUSKY, SENECA, VAN WERT, WILLIAMS, WOOD, WYANDOT Special Jurisdictional Note : Details : All work related to the repair, transportation, installation and servicing of doors and gates of any type: and repair, transportation and servicing of any and all items related to doors and gates: and the preparation of any openings, passageways and/or access where a door and/or gate will be installed. Including but not limited to: Upward acting doors, horizontally sliding doors, rapid roll fabric doors, overhead chain gates, sliding grills, air doors, fire doors and any other doors/or gates which are used to gain access to or prevent access to any area, enclosed or otherwise and Dock Levers. Also any devices and/or items used to 1/2

26 2/20/2018 PW Rate Skilled CN LocNW248 Page operate, open or close doors. Journeyman Mechanic - an individual that has adequately demonstrated his knowledge and proficiency at all parts of the trade, who has 3 years documented experience at that trade, or who has been certified by a bona fide apprenticeship program, registered with the US Dept of Labor/Bureau of Apprenticeship. Intermediate Mechanic Level 2- an employee who has performed work as a junior mechanic at least 3 years. Mechanic Level 1- the employer may hire persons who are not journeypersons. These employees will start at 60% of the journeypersons wage rate and the employer is not required to pay fringe benefits, until the Mechanic becomes a Journeyman Mechanic. 2/2

27 2/20/2018 PW Rate Skilled LC0N2-2017fbLoc50 Page Prevailing Wage Rate Skilled Crafts Name of Union: Plumber Pipefitter Local 50 Change # : LC0N2-2017fbLoc50 Craft : Plumber/Pipefitter Effective Date : 10/02/2017 Last Posted : 09/27/2017 Classification BHR Fringe Benefit Payments Irrevocable Fund H&W Pension App Tr. Vac. Annuity Other LECET MISC Total PWR Overtime Rate Plumber Pipefitter $40.60 $11.01 $6.66 $0.60 $0.00 $5.25 $1.65 $0.00 $0.00 $65.77 $86.07 Apprentice Percent 1st Period $16.24 $11.01 $6.66 $0.60 $0.00 $0.00 $1.65 $0.00 $0.00 $36.16 $ nd Period $18.27 $11.01 $6.66 $0.60 $0.00 $0.00 $1.65 $0.00 $0.00 $38.19 $ rd Period $20.30 $11.01 $6.66 $0.60 $0.00 $2.63 $1.65 $0.00 $0.00 $42.85 $ th Period $22.33 $11.01 $6.66 $0.60 $0.00 $2.63 $1.65 $0.00 $0.00 $44.88 $ th Period $26.39 $11.01 $6.66 $0.60 $0.00 $3.15 $1.65 $0.00 $0.00 $49.46 $ th Period $28.42 $11.01 $6.66 $0.60 $0.00 $3.15 $1.65 $0.00 $0.00 $51.49 $ th Period $30.45 $11.01 $6.66 $0.60 $0.00 $3.68 $1.65 $0.00 $0.00 $54.05 $ th Period $32.48 $11.01 $6.66 $0.60 $0.00 $3.68 $1.65 $0.00 $0.00 $56.08 $ th Period $34.51 $11.01 $6.66 $0.60 $0.00 $4.20 $1.65 $0.00 $0.00 $58.63 $ th Period $36.54 $11.01 $6.66 $0.60 $0.00 $4.20 $1.65 $0.00 $0.00 $60.66 $78.93 Special Calculation Note : Other is National Pension. Ratio : 1 Apprentice to 1 Journeymen 2 Apprentices to 2 Journeymen 3 Apprentices to 3 Journeymen Jurisdiction ( * denotes special jurisdictional note ) : DEFIANCE, FULTON, HANCOCK, HENRY, LUCAS, OTTAWA, PAULDING, PUTNAM, SANDUSKY, SENECA, WILLIAMS, WOOD Each shop will be entitled to one (1) apprentice for every five (5) journeymen thereafter, in continuation of the above chart. One (1) journeymen must be employed to train and supervise the first apprentice in any shop except a Master Plumber or Master Steamfitter working with the tools of the trade shall be entitled to one (1) apprentice. 1/2

2018 COUNTY/ TOWNSHIP CHIP SEAL PROGRAM

2018 COUNTY/ TOWNSHIP CHIP SEAL PROGRAM LEGAL NOTICE Sealed bids will be received by the Hancock County Commissioners in the Office of the Hancock County Engineer, 1900 Lima Avenue, P. O. Box 828, Findlay, OH 45839-0828 until 11:00 A.M. THURSDAY,

More information

2018 COUNTY STRIPING PROGRAM

2018 COUNTY STRIPING PROGRAM LEGAL NOTICE Sealed bids will be received for the Hancock County Commissioners in the Office of the Hancock County Engineer, 1900 Lima Avenue, P. O. Box 828, Findlay, OH 45839-0828 until 11:00 A.M. THURSDAY,

More information

Ohio Prevailing Wage Requirements

Ohio Prevailing Wage Requirements Ohio Prevailing Wage Requirements ACT Ohio 222 E. Town St., Columbus, OH 43215 www.actohio.org 614-228-5446 info@actohio.org Prevailing Wage FAQs What is Prevailing Wage? Prevailing wage (PW) requires

More information

Ohio s RUMA Project Prevailing Wage Requirements

Ohio s RUMA Project Prevailing Wage Requirements Ohio s RUMA Project Prevailing Wage Requirements ACT Ohio 222 E. Town St., Columbus, OH 43215 www.actohio.org 614-228-5446 info@actohio.org Prevailing Wage FAQs What is Prevailing Wage? Prevailing wage

More information

PREVAILING WAGE GUIDE FOR CONTRACTORS

PREVAILING WAGE GUIDE FOR CONTRACTORS John R. Kasich Governor Jacquiline T. Williams Director PREVAILING WAGE GUIDE FOR CONTRACTORS (Revised April 2015) OHIO DEPARTMENT OF COMMERCE Division of Industrial Compliance Bureau of Wage and Hour

More information

Outcome Tracking System

Outcome Tracking System Outcome Tracking System What is OTS? The Employment First Outcome Tracking System was designed to be a user-friendly way to record employment outcome data for individuals served in Ohio s developmental

More information

Western Ohio Cropland Values and Cash Rents

Western Ohio Cropland Values and Cash Rents AEDE-RP-0136-11 Western Ohio Cropland Values and Cash Rents 2011-12 Barry Ward (ward.8@osu.edu) Leader Production Business Management OSU Extension, OSU Department of Agricultural, Environmental and Development

More information

PREVAILING WAGE GUIDE

PREVAILING WAGE GUIDE John R. Kasich Governor Jacquiline T. Williams Director PREVAILING WAGE GUIDE (Revised April 2015) OHIO DEPARTMENT OF COMMERCE Division of Industrial Compliance Bureau of Wage and Hour Administration 6606

More information

Ohio State University Extension Agriculture & Natural Resources

Ohio State University Extension Agriculture & Natural Resources Western Ohio Cropland Values and Cash Rents 2017-18 Barry Ward, Leader, Production Business Management Director, OSU Income Tax Schools OSU Extension, Ohio cropland values and cash rental rates are projected

More information

FOR RELEASE: TUESDAY, OCTOBER 9 AT 4 PM

FOR RELEASE: TUESDAY, OCTOBER 9 AT 4 PM In Ohio, interviews with 1,020 adult Americans conducted by telephone by ORC International on October 5-8, 2012. The margin of sampling error for results based on the total sample is plus or minus 3 percentage

More information

(CAUV) Current Agricultural Use Valuation. Year of Sexennial Reappraisal. Year of Sexennial Reappraisal WHY ARE WE HERE? and Triennial Update

(CAUV) Current Agricultural Use Valuation. Year of Sexennial Reappraisal. Year of Sexennial Reappraisal WHY ARE WE HERE? and Triennial Update Current Agricultural Use Valuation (CAUV) Larry Gearhardt Ohio Farm Bureau lgearhardt@ofbf.org WHY ARE WE HERE? REAPPRAISAL - the law requires the auditor to reappraise property every six years TRIENNIAL

More information

Western Ohio Cropland Values and Cash Rents

Western Ohio Cropland Values and Cash Rents AEDE-RP--13 Western Ohio Cropland Values and Cash Rents 2013-14 Barry Ward (ward.8@osu.edu) Leader Production Business Management OSU Extension, OSU Department of Agricultural, Environmental and Development

More information

Ohio Employment First Outcome Tracking System: Guidebook

Ohio Employment First Outcome Tracking System: Guidebook Ohio Employment First Outcome Tracking System: Guidebook Revised May 2018 INDEX Why is this important?... 4 How do I get Access to the Outcome Tracking System?...5 How do I log on?... 7 How do I search

More information

I Feet 5,000. Figure 1a Culpepper Water System Waterline Improvements USGS Topographic Map. Ohio Index. Study Area. Study Area 0 1,250 2,500

I Feet 5,000. Figure 1a Culpepper Water System Waterline Improvements USGS Topographic Map. Ohio Index. Study Area. Study Area 0 1,250 2,500 Appendix A Exhibits ALLEN LUCAS FULTON WILLIAMS OTTAWA WOOD DEFIANCE HENRY SANDUSKY ERIE PAULDING SENECA HURON PUTNAM HANCOCK LAKE ASHTABULA GEAUGA CUYAHOGA LORAIN TRUMBULL PORTAGE MEDINA SUMMIT MAHONING

More information

Appendix A Location of Stark County on Ohio County Map

Appendix A Location of Stark County on Ohio County Map Appendix A Location of Stark County on Ohio County Map Williams Defiance ulton Henry Lucas Wood Ottawa Sandusky Erie Lake Erie Lorain Cuyahoga Lake Geauga Ashtabula Trumbull Paulding Van Wert Putnam Allen

More information

Prevailing Wage Rate Skilled Crafts

Prevailing Wage Rate Skilled Crafts PW Rate Skilled LCN01-2015fbLoc84 Page Prevailing Wage Rate Skilled Crafts Name of Union: Asbestos Local 84 Heat & Frost Insulators Change # : LCN01-2015fbLoc84 Craft : Asbestos Worker Effective Date :

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

Important Information on Changes to Prevailing Wage

Important Information on Changes to Prevailing Wage Important Information on Changes to Prevailing Wage The information included in this webpage is intended as a summary of the provisions affecting prevailing wage regulation set forth in Am. Sub. House

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

AEDE-RP OHIO FARM INCOME

AEDE-RP OHIO FARM INCOME AEDE-RP-0071-11 2010 OHIO FARM INCOME CASH RECEIPTS BY OHIO FARMERS FROM LIVESTOCK, CROPS AND GOVERNMENT PAYMENTS BY FIVE YEAR INTERVALS, 1980-95 & YEARLY 1996-2010 Ohio Agricultural Research and Development

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

Contract Bid Documents

Contract Bid Documents Contract Bid Documents Hancock County Engineer Hancock County, Ohio Township Road Widening 2019 March 22, 2019 LEGAL NOTICE Sealed bids will be received by the Madison Township Board of Trustees in the

More information

Rural and Nonmetropolitan Population Change in Ohio, 1950 to Prepared by Jeff S. Sharp and Valerie Winland Ohio State University Extension

Rural and Nonmetropolitan Population Change in Ohio, 1950 to Prepared by Jeff S. Sharp and Valerie Winland Ohio State University Extension Rural and Nonmetropolitan Population Change in Ohio, 1950 to 1998 Prepared by Jeff S. Sharp and Valerie Winland Ohio State University Extension Ohio Rural-Urban Interface Series: RU-1 November, 1999 Table

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

Prevailing Wage Determination Cover Letter

Prevailing Wage Determination Cover Letter County: Prevailing Wage Determination Cover Letter HAMILTON Determination Date:08/01/2011 Expiration Date: 11/01/2011 THE FOLLOWING PAGES ARE PREVAILING RATES OF WAGES ON PUBLIC IMPROVEMENTS FAIRLY ESTIMATED

More information

Appendix A Location of Marion County on Ohio County Map

Appendix A Location of Marion County on Ohio County Map Appendix A Location of Marion County on Ohio County Map Williams Defiance Fulton Henry Lucas Wood Ottawa Sandusky Erie Lake Erie Lorain Cuyahoga Lake Geauga Ashtabula Trumbull Paulding Putnam Hancock Seneca

More information

Prevailing Wage Rate Skilled Crafts

Prevailing Wage Rate Skilled Crafts PW Rate Skilled LCN01-2015fbLoc84 Page Prevailing Wage Rate Skilled Crafts Name of Union: Asbestos Local 84 Heat & Frost Insulators Change # : LCN01-2015fbLoc84 Craft : Asbestos Worker Effective Date :

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Agricultural Change by Metropolitan Character in Ohio: 1978 to Prepared by Jeff S. Sharp Ohio State University Extension

Agricultural Change by Metropolitan Character in Ohio: 1978 to Prepared by Jeff S. Sharp Ohio State University Extension Agricultural Change by Metropolitan Character in Ohio: 1978 to 1997 Prepared by Jeff S. Sharp Ohio State University Extension Table of Contents Highlights... 2 Introduction... 4 Section 1: Ohio s Metropolitan

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

CHAPTER 3 LABOR COMPLIANCE REQUIREMENTS

CHAPTER 3 LABOR COMPLIANCE REQUIREMENTS CHAPTER 3 LABOR COMPLIANCE REQUIREMENTS Prevailing Wage C alifornia State Prevailing Wage Rates apply to all public works contracts as set forth in Labor Code Sections 1720, 1720.2, 1720.3, 1720.4, 1771,

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

Empowerment Through Education

Empowerment Through Education OHIO STATE UNIVERSITY EXTENSION Empowerment Through Education 2015 Annual Report We connect with people in all stages of life. We work with families and children, farmers and business owners, and community

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the NJDOT buyer via the e-mail noted in the solicitation. Proposals sent to any other e-mail

More information

CONTRACT SPECIFICATIONS FOR

CONTRACT SPECIFICATIONS FOR COUNTY OF SACRAMENTO MUNICIPAL SERVICES CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL On-site Perimeter Road Rehabilitation Project Manager: Sejin Oh, PE Sacramento County Department of Waste Management

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

SERC. Subsurface Energy Resource Center Office of Energy and Environment in Coordination with

SERC.   Subsurface Energy Resource Center Office of Energy and Environment in Coordination with SERC Faculty Meeting SERC http://serc.cfaes.ohio-state.edu/ Subsurface Energy Resource Center Office of Energy and Environment in Coordination with FAES Arts and Science Engineering Public Health Business

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

Prevailing Wage Rate Skilled Crafts

Prevailing Wage Rate Skilled Crafts Prevailing Wage Rate Skilled Crafts Name of Union: Asbestos Local 5 Zone 2 Change # : LCN2-217fbLoc5 Craft : Asbestos Worker Effective Date : 7/26/217 Last Posted : 7/26/217 Classification BHR Fringe Benefit

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application WORK SITE INFORMATION: Address: City: State: Zip Code: Foreman: Phone: ( ) Email Address: Purpose: CONTRACTOR INFORMATION:

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via e-mail and will be accepted no later than 10:00 AM on Wednesday, January

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Current Agricultural Use Values (CAUV) TY 2018 Public Hearing DIVISION OF TAX EQUALIZATION JUNE 26, hio. Department of Taxation

Current Agricultural Use Values (CAUV) TY 2018 Public Hearing DIVISION OF TAX EQUALIZATION JUNE 26, hio. Department of Taxation Current Agricultural Use Values (CAUV) TY 2018 Public Hearing DIVISION OF TAX EQUALIZATION JUNE 26, 2018 hio Department of Taxation Introduction This is a public hearing before the Ohio Department of Taxation

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR

COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR NORTH AREA RECOVERY STATION (NARS) PAVEMENT REPLACEMENT UNLOADED TRAILER PARKING AREA Project

More information

Ohio Cropland Values and Cash Rents

Ohio Cropland Values and Cash Rents Report Series: AEDE-RP-0101-08 Ohio Cropland Values and Cash Rents 2007-08 Barry Ward (ward.8@osu.edu) Leader Production Business Management OSU Extension, OSU Department of Agricultural, Environmental

More information

STATE OF MARYLAND 12/13/2013 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

STATE OF MARYLAND 12/13/2013 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED STATE OF MARYLAND DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR AND INDUSTRY PREVAILING WAGE SECTION 1100 N. Eutaw Street, Room 607 Baltimore, MD 21201 (410) 767-2342 12/13/2013 REQUEST

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

DIVISION OF BUILDING ZONING AND INSPECTION PLANNING COMMISSION REGULATIONS

DIVISION OF BUILDING ZONING AND INSPECTION PLANNING COMMISSION REGULATIONS DIVISION OF BUILDING ZONING AND INSPECTION PLANNING COMMISSION REGULATIONS Regulations for Applicants Requesting Appearance before the City of Wickliffe Planning Commission for Institutional, Multi- Family,

More information

Western Ohio Cropland Values and Cash Rents

Western Ohio Cropland Values and Cash Rents AEDE-RP-0125-10 Western Ohio Cropland Values and Cash Rents 2009-10 Barry Ward (ward.8@osu.edu) Leader Production Business Management OSU Extension, OSU Department of Agricultural, Environmental and Development

More information

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR 1. PROJECT TICE PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR York Hall Biology/Chemistry Renovation UNIVERSITY OF CALIFORNIA SAN DIEGO a) BNBuilders, Inc. (BNB) intends to award lump sum contracts

More information

Commonwealth of Kentucky SOLICITATION

Commonwealth of Kentucky SOLICITATION Doc ID No: RFB 605 1700000736 version 1 Page: 1 of 48 TITLE: Electrical Maintenance - D4 DATE ISSUED SOLICITATION CLOSES 03/14/2017 Date: 03/30/2017 RECORD DATE Time: 10:00:00 03/14/2017 I S S U E D B

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

Introduction to the Prevailing Wage Act. The Prevailing Wage Act: Staying Compliant and Dealing with Contractors. Presented by:

Introduction to the Prevailing Wage Act. The Prevailing Wage Act: Staying Compliant and Dealing with Contractors. Presented by: The Prevailing Wage Act: Staying Compliant and Dealing with Contractors Presented by: Andrew J. Keyt Heyl, Royster, Voelker & Allen, P.C. TOI Annual Educational Conference November 2018 Copyright 2018

More information

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970 Request for Proposals Comprehensive Land Use Plan Update Project No. 2019-05 October 12, 2019 Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Table of Contents Purpose Submittal Requirements

More information

INSTRUCTIONS CERTIFIED PAYROLL REPORT FOR PUBLIC WORKS PROJECTS

INSTRUCTIONS CERTIFIED PAYROLL REPORT FOR PUBLIC WORKS PROJECTS Department of Labor & Industries P.O. Box 44540 Olympia Washington 98504-4540 Phone (360) 902-5335 / Fax (360) 902-5300 INSTRUCTIONS CERTIFIED PAYROLL REPORT FOR PUBLIC WORKS PROJECTS **PLEASE NOTE** PAYROLL

More information

REQUEST FOR WRITTEN BIDS

REQUEST FOR WRITTEN BIDS Parks & Recreation Department 9355 East Stockton Blvd., Suite 185 Elk Grove, CA 95624 REQUEST FOR WRITTEN BIDS TO: ALL PROSPECTIVE BIDDERS DATE: March 9, 2016 Project Managers: Priscilla Oliver, Landscape

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

Western Ohio Cropland Values and Cash Rents

Western Ohio Cropland Values and Cash Rents AEDE-RP-0136-11 Western Ohio Cropland Values and Cash Rents 2010-11 Barry Ward (ward.8@osu.edu) Leader Production Business Management OSU Extension, OSU Department of Agricultural, Environmental and Development

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

PRE-QUALIFICATION APPLICATION

PRE-QUALIFICATION APPLICATION PRE-QUALIFICATION APPLICATION Calendar Year 2019 Applications for Pre-Qualification are necessary only if a company wishes to bid on work involving construction or improvement of the District s electrical

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY 67-A1. Definitions. 67-A2. City of Toronto Council references. 67-A3. Purpose and history of Fair Wage Policy. 67-A4. Intent of Fair Wage Policy. 67-A5. Application. 67-A6.

More information

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Davis-Bacon Act Compliance

Davis-Bacon Act Compliance Davis-Bacon Act Compliance Federal government construction contracting is a highly regulated business. One of the major challenges facing any government construction contractor is compliance with Davis-Bacon

More information

ohiomfg.com Quality Jobs Prosperous Communities Global Opportunities Facts about Ohio Manufacturing 2014 OHIO MANUFACTURING COUNTS

ohiomfg.com Quality Jobs Prosperous Communities Global Opportunities Facts about Ohio Manufacturing 2014 OHIO MANUFACTURING COUNTS ohiomfg.com Quality Jobs Prosperous Communities Global Opportunities 2014 OHIO MANUFACTURING COUNTS Facts about Ohio Manufacturing OHIO MANUFACTURING COUNTS FACTS ABOUT OHIO MANUFACTURING Ohio is powered

More information

Lake Metroparks Pine Ridge Country Club Snack Shop Renovations Bid No

Lake Metroparks Pine Ridge Country Club Snack Shop Renovations Bid No Lake Metroparks Pine Ridge Country Club Snack Shop Renovations Bid No. 2018-062 Lake County Probate Judge Mark J. Bartolotta Lake Metroparks Board of Park Commissioners Gretchen Skok DiSanto Frank J. Polivka

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 December 28, 2018 The Platte County Board of Supervisors will

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court Boone County, Kentucky Bid #: 120816SW Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., December 8, 2016 Local time

More information

As used in this Fair Wage Policy, the following terms have the meaning indicated:

As used in this Fair Wage Policy, the following terms have the meaning indicated: City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801

More information

Workforce Analysis. Erie Lorain. Stark Richland. Coshocton Delaware. Muskingum Clark Madison. Noble Greene. Monroe Fayette.

Workforce Analysis. Erie Lorain. Stark Richland. Coshocton Delaware. Muskingum Clark Madison. Noble Greene. Monroe Fayette. Workforce Analysis Williams Defiance Fulton Henry Putnam Lucas Wood Hancock Ottawa Sandusky Paulding Seneca Huron Medina Erie Lorain Cuyahoga Summit Lake Geauga Portage Ashtabula Trumbull Mahoning Van

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

More information

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Part I List below all dates for receipt of each Addendum received in connection with this solicitation. ADDENDA RECEIPT ACKNOWLEDGEMENT BID NUMBER: TITLE: INSTRUCTIONS: The proposer will complete Part I OR Part II of this form, whichever is applicable as well as sign and date this form. This form serves

More information

IBEW FOURTH DISTRICT REGIONAL AGREEMENT

IBEW FOURTH DISTRICT REGIONAL AGREEMENT IBEW FOURTH DISTRICT REGIONAL AGREEMENT 4 th District Northern Ohio Regional Agreement Table of Contents AGREEMENT PARTNERS... 1 SCOPE OF WORK... 1 GEOGRAPHIC JURISDICTION... 2 COUNTIES BY STATE... 2 COUNTIES

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information