NOTICE AND INSTRUCTIONS TO BIDDERS 01/24/2017

Size: px
Start display at page:

Download "NOTICE AND INSTRUCTIONS TO BIDDERS 01/24/2017"

Transcription

1 NOTICE AND INSTRUCTIONS TO BIDDERS 01/24/2017 Town Highway 25 Road and Stream Improvement Project 1. LOCATION: Town Highway 25 (Taggart Hill Road), Stockbridge, VT 2. TYPE OF CONSTRUCTION: Improvement of roadway (Taggart Hill Road) and stream (Taggart Brook) in the Town of Stockbridge, Vermont. This project involves the re-alignment and reconstruction of Taggart Hill Road including construction of a ±765' long dry-laid stone masonry retaining wall; replacement of roadway culverts, re-grading and re-surfacing, and installation of roadside drainage swale and all associated erosion control work. The project also includes widening of the constricted stream channel through ledge removal on stream (right) bank. The total project length is 780 ft. Taggart Hill Road will be closed during construction; therefore, a temporary by-pass road is not required. 3. CERTIFIED CHECK OR BID BOND: A certified check in the amount of 5% of the Contractor's bid not to exceed $50,000 or a bid bond furnished by the Contractor's surety for a like amount, payable to the Town of Stockbridge is required with the Bid. Check will be returned upon execution of the Contract. Bid bonds shall be provided on forms supplied by the Bidder that conform with the American Institute of Architects A.I.A., Document No. A PROJECT PLANS AND DOCUMENTS: A hard copy of the project plans, the advertisement for bid, and all other bid documents may be seen at the Stockbridge Town Office, 1722 VT Rte 100, Stockbridge, VT Electronic copies of said documents will be ed to all bidders present at pre-bid meeting who furnish their address on the form provided. 5. BID FORMS: All Bids shall be submitted on the attached forms. No lines on the Bid shall be left blank. All pages of the Bid forms must be completed. Failure to complete the Bid will render the Bidder non-responsive, and the Bid will not be read. The OWNER may waive any informalities or minor defects or reject any or all bids. In the event there is any discrepancy in the Proposal between any price in words, figures, or the extended totals, the price in words shall govern and the extended totals in each case shall be corrected accordingly. A conditional or qualified bid will not be accepted. 6. ALTERNATE BRIDGE DESIGN/CONSTRUCTION PROPOSALS: No alternate design and/or construction proposals are allowed. 7. QUESTION AND ANSWER PERIOD: All inquiries must be submitted by phone or to the owner's representative noted below by Friday, March 3 at 12 pm. Answers to the questions submitted by the deadline will be responded to via by Friday, March 10 at 12 pm in the form of an addendum. The addendum so issued shall become part of the Contract Documents. Owner's representative: T.R. Fellows Engineering Attn: Kricket McCusker, P.E. Mobile Phone: kricket@trfellows.com 01/24/17 Notice and Instructions to Bidders Page 1 of 4

2 8. BID DUE DATE: Sealed bid proposals, on forms included herein, can be delivered in hard-copy form (3 copies) or by . Hard-copy and bids will be received until 4:00 pm prevailing local time on Thursday, March 16, 2017 at the Stockbridge Town Offices: Physical Location: Mailing Address: 1722 Vermont Route 100 PO Box 39 Stockbridge, VT Stockbridge, VT Bids will be read aloud publicly at the Town of Stockbridge Selectboard Meeting on Thursday, March 16, The meeting begins at 7:00 pm. 9. WITHDRAWAL OF BID: A bid may not be withdrawn by the Bidder for a period of sixty calendar days after the bid opening. 10. This project is funded by a Community Development Block Grant Disaster Recovery through the U.S. Department of Housing and Urban Development (DR-IG-2012-Stockbridge-00074), and the State Granting Agency (Agency of Commerce and Community Development). The grant is an agreement between the State of Vermont and the Town of Stockbridge. Federal compliance requirements include the Davis Bacon Act, including its prevailing wage and reporting requirements. Davis Bacon construction wage rates for VT /02/2015 VT44 will apply (see attached). Additional compliance is required with all other applicable federal labor requirements including the Copeland Anti-Kickback Act and the Contract Work Hours and Safety Standards Act. The selected contractor will be registered with and not be on the Federal or State of Vermont debarment list. This grant is funded by an equal opportunity/affirmative action agency. Please see attached Grant Requirements document for further information regarding project requirements. All qualified bidders will receive consideration without regard to race, color, religion, creed, age, sex, national origin, sexual orientation or familial status. Women, minority-owned and Section 3 businesses are encouraged to submit bids. 11. All work must be completed in accordance with all applicable permits. Permits are by Town and Project Engineer. 12. The OWNER will be responsible for payment in accordance with the terms of the Contract. 13. BID SELECTION CRITERIA: The contract, if awarded, will be awarded to the least costly, best qualified and most responsible bidder. In determining the least costly, best qualified and most responsible bidder, in addition to price, the following may be considered: 1. The substantial performance of the bidder in meeting the specifications and other terms and conditions of the solicitation; 2. The ability, capacity and skill of the bidder to provide the services required, and to do so within the time specified; 3. The character, integrity, reputation, experience, financial resources and performance of the bidder under previous contracts with the Town of Stockbridge (if applicable) and elsewhere. 01/24/17 Notice and Instructions to Bidders Page 2 of 4

3 The chosen contractor may be required to provide references and demonstrate successful completion of similar work. The chosen contractor may be required to demonstrate that he or she consistently performs work using the highest quality of workmanship. The chosen contractor may be required to demonstrate that he or she owns or has access to the equipment required to perform this work. Contractor shall not assign or subcontract the performance of this project or any portion thereof to any other contractor without the prior written approval of The Town of Stockbridge. The Owner reserves the right: (1) to accept or reject any or all Bids in whole or in part and to accept other than the lowest price proposal; (2) to amend, modify, or withdraw this Request for Bids; (3) to require supplemental statements or information from bidders; (4) to waive or correct any irregularities in Bids received, after prior notice to the Bidders. All plans, maps, data, reports, databases, and materials used or created for this project will be delivered to, and become the property of the Town of Stockbridge. 14. PROJECT SCHEDULE: The contractor will be selected on or around Friday March 31, Construction is to occur during Spring Project shall be 100% complete no later than August 15, Project may begin as soon as allowed by Town, Engineer and VT ANR River Management Engineer in 2017 but only after the Notice to Proceed is issued. In-stream work shall begin no sooner than the date given in the applicable permits, and/or as agreed upon with the VT ANR River Management Engineer. 15. PERFORMANCE and PAYMENT BOND: A Performance Bond and a Payment Bond, each for 100% of the Bid value, will be submitted at the time of Contract award. Irrevocable Letters of Credit for 100% of the Bid value may be substituted by the CONTRACTOR for each of the Bonds. The Payment Bond (or Irrevocable Letter of Credit) will not be released until satisfactory evidence has been provided to the OWNER (Town of Stockbridge) that all outstanding debts, liens, and judgments incurred by the CONTRACTOR for the performance of SUBCONTRACTORs, or supplies and materials incorporated into the Work have been paid. The Performance Bond (or Irrevocable Letter of Credit) will be held in force for one year after the Substantial Completion and will serve as warranty of the Contract. The Irrevocable Letter of Credit for Performance (if used in place of a Performance Bond) may not be reduced or released prior to completion of the one year warranty period unless authorized by the OWNER (Town of Stockbridge) and approved by the Lending Authority. 16. SUBMITTAL OF BID FORMS: All Bids shall be submitted by or in hard copy form. Hard copy bids can be submitted either by standard mail or hand delivery. 17. GENERAL INFORMATION: a. Firewood: Firewood and logs created by project construction activities shall become the property of the Contractor and shall be transported off site to an appropriate location determined by the Contractor. b. Staging: Contractor can temporarily store fill and materials on Taggart Hill Road below the project site, near the intersection with Fletcher Hill Road. Exact area will be staked 01/24/17 Notice and Instructions to Bidders Page 3 of 4

4 out in a pre-construction meeting with the Town, Engineer and Contractor. All areas on which fill is stored shall be returned to their original pre-construction condition. c. Surplus clean fill: Upon completion of the project and as needed throughout the duration of construction, the Contractor shall transport all surplus clean fill to one of two approved disposal areas near the project site. Said disposal areas are in the Town of Stockbridge adjacent to Stony Brook Road and Fletcher Hill Road, both within 2 miles of the project site. Exact locations and extents will be staked out in a pre-construction meeting with the Town, Engineer and Contractor. d. Insurance Requirements: As noted previously, Contractor shall furnish the Town of Stockbridge with proof of insurance within (5) calendar days from award of bid. The chosen Contractor shall supply the Town of Stockbridge with a Certificate of Insurance showing liability coverage no less than $1,000,000 as well as proof of Workers Compensation insurance for all employees engaged in work. e. Disposal of Existing Culverts: Existing culverts shall be removed and transported to a location within the Town of Stockbridge. The town will retain ownership. The delivery location shall be designated by the Town of Stockbridge. 01/24/17 Notice and Instructions to Bidders Page 4 of 4

5 GRANT REQUIREMENTS 01/24/2017 Taggart Hill Road (TH25) Road and Stream Improvement Project Stockbridge, VT This project is funded with a Community Development Block Grant Disaster Recovery (CDBGDR) grant from U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant Disaster Recovery (CDBGDR) funding. Specific requirements mandated by the funding source follow. The Contractor agrees to abide by the following laws and regulations and to make all records, invoices, materials, payrolls, records of personnel, conditions of employment and other documentary data available at any time for the purpose of an audit and to ensure compliance with relevant laws: 1) Equal Employment Opportunity: The Contractor shall not discriminate against any employee or applicant for employment on the basis of race, color, sex, religion, or national origin; 2) Title VI of the Civil Rights Act of 1964, as amended; 3) The Davis Bacon Act (Wage Rate Determination attached); 4) The Contract Work Hours and Safety Standards Act; 5) Title I of the Housing and Community Development Act of 1974, as amended; 6) The Copeland Anti-Kickback Act; 7) The Vermont Community Development Act; 8) The National Environmental Policy Act (NEPA); 9) Section 3 Requirements: A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD s regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations.

6 C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers representative of the contractor s commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor s obligations under 24 CFR part 135. F. Noncompliance with HUD s regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). Retention of and Access to Records Authorized representatives of the Secretary of the Agency, the Secretary of HUD, the Inspector General of the United States, the U.S. General Accounting Office, the Town of Hancock, or other pertinent party to this VCDP Grant shall have access to all books, accounts, records, reports, files, papers, things, or property belonging to, or in use by, the Grantee pertaining to the receipt and administration of Vermont Community Development Program Funds, as may be necessary

7 to make audits, examinations, excerpts, and transcripts. Financial records, supporting documents, statistical records, and all other records pertinent to this VCDP-FUNDED project shall be retained in separate records and for a minimum of three years after receipt of a Certificate of Program Completion. The above requirements shall apply to all sub grantees, contractors, and subcontractors who enter into contracts or agreements with the Grantee.

8 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL

9 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL

10 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL

11 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL

12 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL

13 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL VAOT ITEM NO. ITEM DESCRIPTION QUANTITY UNIT CLEARING AND GRUBBING 1 LS COMMON EXCAVATION 3700 CY SOLID ROCK EXCAVATION 700 CY EARTH BORROW 2000 CY GRANULAR BACKFILL 400 CY SUBBASE OF GRAVEL 415 CY SUBBASE OF CRUSHED GRAVEL, FINE GRADED 200 CY " CPEP (SL) 200 LF " PVC UNDERDRAIN PIPE 770 LF STONE FILL TYPE I 150 CY STONE FILL TYPE II 200 CY STONE FILL TYPE III 600 CY STONE FILL TYPE IV 1100 CY STEEL BEAM GUARDRAIL, GALVANIZED 750 LF ANCHOR FOR STEEL BEAM RAIL 2 EA /8" CRUSHED STONE BEDDING 500 TON MOBILIZATION 1 LS TRAFFIC CONTROL 1 LS GEOTEXTILE UNDER STONE FILL 800 SY TURF ESTABLISHMENT 1 LS EROSION PREVENTION & SEDIMENT CONTROL MEASURES 1 LS

14 T.R. FELLOWS NH VT ENGINEERING CIVIL & STRUCTURAL

15 8" Min. STONE FILL TYPE IV ITEM " Min. 2" Min. 3/8" CRUSHED STONE ITEM " Min. 2" Min. FINISH SLOPE TO MATCH EXISTING SLOPE WHICH VARIES APPROXIMATELY AS SHOWN b 4" DIAMETER PVC OR ADS SLOTTED PIPE STONE FILL TYPE IV ITEM " EARTH BORROW, ITEM NATURAL SOIL DETAIL STONE FILL TYPE I, ITEM USED FOR CHINKING TYPE IV STONE " Min. H STABLE TEMPORARY SLOPE FOR WALL CONSTRUCTION ROADWAY 18" 6" 3' 6 1 Design: B/H = 0.50 B: 3 ft min GRANULAR BACKFILL ITEM " Min. 3/8" CRUSHED STONE ITEM B 4" DIAMETER PVC OR ADS SLOTTED PIPE (SEE DETAIL) b: 2ft min NATURAL SOIL (SEE "SUBGRADE PREPARATION" NOTE B IF ROCK ENCOUNTERED) Project Mngr: Drawn By: Checked By: Approved By: LJD MCR LJD LJD Project No. Scale: File No. Date: J AS SHOWN J dwg September Sundial Avenue, Suite 401W PH. (603) Manchester, NH Fax. (603) TAGGART HILL ROAD IMPROVEMENTS STOCKBRIDGE, VERMONT EXHIBIT A-1

16 "W" BEAM GUARDRAIL WITH STEEL POSTS " 6-3" 6-3" WOOD BLOCKOUT MOD. (TYP.) GUARDRAIL BOLT "C" AND RECESSED NUT (TYP.) 12" LAP x 1 SPLICE BOLTS (ROUND HD. ) 8 REQUIRED PER JOINT HOLE A 2-5" +/- 1" TOP OF RAIL 1-2" 4" 4" 2 " 2 " 0 POST BOLT HOLE x2 SLOT POST FACE MODIFIED WOOD BLOCKOUT- ROUTED 6" X 8" X 1-2" (FOR USE W/ STEEL POSTS ONLY) A SEE GUARDRAIL SPLICE DETAIL * DIRECTION OF TRAVEL GROUND LINE W6 x 9.0 STEEL POST (TYP.) 2 3-7" SINGLE - FACED BARRIER 1 DOUBLE - FACED BARRIER 6" 4" ELEVATION x 1 SLOTTED HOLES SECTION NOTES: 1. BLOCKS SHALL BE MADE OF TIMBER WITH A STRESS GRADE OF 1200 PSI OR MORE. TESTING SHALL BE IN ACCORDANCE WITH WEST COAST LUMBER INSPECTION BUREAU, SOUTHERN PINE INSPECTION BUREAU OR OTHER APPROPRIATE ASSOCIATION. TIMBER FOR BLOCKS SHALL BE ROUGH SAWN (UNPLANED) WITH DIMENSIONS INDICATED. THE SIZE TOLERANCE OF ROUGH SAWN BLOCKS IN THE DIRECTION OF THE BOLT HOLES SHALL BE NOT MORE THAN +/- ". 2. SUPPLY WOOD BLOCKS PER AASHTO M 168. ELEVATION FROM C OF ROAD L SECTION A -A GUARDRAIL SPLICE DETAIL FRONT FACE STEEL POST TREAT WITH PRESERVATIVE PER AASHTO M 133. BLOCKOUTS MAY ALSO BE MADE OF APPROVED ALTERNATIVE MATERIAL. 12-6" 6-3" 6-3" "W" BEAM GUARDRAIL WITH WOOD POSTS GUARDRAIL BOLT "F" 6 x 8 x 1-2 AND RECESSED NUT (TYP.) WOOD BLOCKOUT GUARDRAIL BOLT "D" 12" AND RECESSED NUT (TYP.) LAP GALVANIZED STEEL 16d COMMON NAIL (DRIVE NAIL AT CENTER OF POST AND BLOCKOUT AFTER BOLT IS INSTALLED.) x 1 SPLICE BOLTS (ROUND HD. ) 8 REQUIRED PER JOINT HOLE A A SEE GUARDRAIL SPLICE DETAIL * DIRECTION OF TRAVEL GROUND LINE 6" x 8" WOOD POST (TYP.) 2-5" +/- 1" TOP OF RAIL 1-2" " SINGLE - FACED BARRIER * NOTE : UNLESS OTHERWISE SPECIFIED ON PLANS DOUBLE - FACED BARRIER 4" 4" 2 " 2 " 0 POST BOLT HOLE x2 SLOT FOR GUARDRAIL BOLT "D" OR "F" x 1 SLOT FOR GUARDRAIL BOLT "A" (TYP) 6" ELEVATION 8 8 SECTION POST FACE WOOD BLOCKOUT 6" X 8" X 1-2" NOTES: 1. BLOCKS SHALL BE MADE OF TIMBER WITH A STRESS GRADE OF 1200 PSI OR MORE. TESTING SHALL BE IN ACCORDANCE WITH WEST COAST LUMBER INSPECTION BUREAU, SOUTHERN PINE INSPECTION BUREAU OR OTHER APPROPRIATE ASSOCIATION. TIMBER FOR BLOCKS SHALL BE ROUGH SAWN (UNPLANED) WITH DIMENSIONS INDICATED. THE SIZE TOLERANCE OF ROUGH SAWN BLOCKS IN THE DIRECTION OF THE BOLT HOLES SHALL BE NOT MORE THAN +/- ". 2. SUPPLY WOOD BLOCKS PER AASHTO M 168. ELEVATION FROM C OF ROAD L SECTION A -A GUARDRAIL SPLICE DETAIL FRONT FACE WOOD POST TREAT WITH PRESERVATIVE PER AASHTO M 133. BLOCKOUTS MAY ALSO BE MADE OF APPROVED ALTERNATIVE MATERIAL. GUARDRAIL DELINEATOR 3 DIRECTION OF TRAFFIC TWO FACES OF THIS PORTION OF WASHER TO BE REFLECTIVE MATERIAL. 3 " (0",") 3-" SHEET THICKNESS BUTTON HEAD " (- ",+") " 1" DIA. ONE 1 " HEX. 2" 55 OR BOTH SIDES / " 3" 55 1" " R 1 R. OVAL SHOULDER L T NC-2 GUARDRAIL BOLT 1 " OR 1" " RECESSED NUT FOR GUARDRAIL BOLT GENERAL NOTES: 1. GUARDRAIL SHALL MEET THE REQUIREMENTS OF AASHTO M 180, CLASS A, TYPE I, UNLESS OTHERWISE DESIGNATED THICK GUARDRAIL MOUNTED DELINEATORS SHALL MEET THE REQUIREMENTS OF SUBSECTION AND SHALL HAVE WHITE RETROREFLECTIVE SHEETING EQUAL TO OR EXCEEDING SUBSECTION (B)(3) OR YELLOW RETROREFLECTIVE SHEETING EQUAL TO OR EXCEEDING SUBSECTION (B)(7). THIS REFLECTORIZED ALUMINUM WASHER IS TO BE PLACED IN VALLEY OF BEAM WHEN MOUNTING BEAM ONTO EACH FIFTH POST. WASHER SHALL MEET SPECIFICATION REQUIREMENTS FOR A.S.T.M. B-209 ALLOY 5052-H32. 2 (+") " R - " " R 1" TOLERANCE ARTBA RE-3[2@6-3"=12-6" CLASS A, TYPE 1]-73 TYPICAL GUARDRAIL SECTION GUARDRAIL BOLTS BOLT ARTBA DES. REF. NO. "A" F-3[1]-76 "C" F-3[9]-76 "D" F-3[18]-76 "F" F-3[25]-76 L 1" FASTENER USED IN T STEEL WOOD (MIN.) POSTS POSTS 1" X X 9" 1" X 18" 25" 2" 2" X X " 1 " " WASHER FOR " BOLTS ARTBA F NOTE: WASHER IS USED UNDER RECESSED NUT WHERE GUARDRAIL BOLT IS USED WITH WOOD POSTS GUARDRAIL SHALL BE SINGLE FACED UNLESS OTHERWISE DESIGNATED. GUARDRAIL SECTIONS SHALL BE LAPPED IN THE DIRECTION OF TRAFFIC FLOW FOR THE LANE NEAREST THE GUARDRAIL. FOR DESCRIPTION AND SPECIFICATION OF PARTS IDENTIFIED BY (ARTBA...) AND OTHER DETAILS OF POSTS, POST ACCESSORIES, FASTENERS & RAIL ELEMENTS, SEE AASHTO-AGC-ARTBA JOINT TASK FORCE NO. 13, TITLED "A GUIDE TO STANDARDIZED HIGHWAY BARRIER HARDWARE", LATEST EDITION. STANDARD STEEL BEAM TO BE " AND THE HEAVY DUTY TO BE " THICK. REV. DATE DESCRIPTION -- JAN. 3, 2000 UPDATED TO REFLECT METRIC STD. CHANGES -- FEB. 10, 2014 UPDATED TO REFLECT GUARDRAIL HEIGHT OF 29 ; FHWA LETTER (MAY 17, 2010) -- NOV. 10, 2015 UPDATED DELINEATOR RETROREFLECTIVE SHEETING NOTES OTHER STANDARDS REQUIRED: G-1D STEEL BEAM GUARDRAIL WITH STEEL POSTS STEEL BEAM GUARDRAIL WITH WOOD POSTS Workin to Get You There VERMONT AGENCY OF TRANSPORTATION STANDARD G-1 VTRANS AND FHWA APPROVAL ON FILE WITH CONTRACT ADMINISTRATION

17

18 SCHEDULE OF ITEMS TAGGART HILL ROAD (TH 25) ROAD AND STREAM IMPROVEMENT PROJECT TOWN OF STOCKBRIDGE BIDDER agrees to perform all the WORK described in the CONTRACT DOCUMENTS for the following unit prices. Item No. Item Description Quantity Units Unit Price Total Amount for Item = Quantity x Unit Price CLEARING AND GRUBBING 1 LS $ $ COMMON EXCAVATION 3700 CY $ $ SOLID ROCK EXCAVATION 700 CY $ $ EARTH BORROW 2000 CY $ $ GRANULAR BACKFILL 400 CY $ $ SUBBASE OF GRAVEL 415 CY $ $ SUBBASE OF CRUSHED GRAVEL, FINE GRADED 200 CY $ $ " CPEP (SL) 200 LF $ $ " PVC UNDERDRAIN PIPE 770 LF $ $ STONE FILL TYPE I 150 CY $ $ STONE FILL TYPE II 200 CY $ $ STONE FILL TYPE III 600 CY $ $ STONE FILL TYPE IV 1100 CY $ $ STEEL BEAM GUARDRAIL, GALVANIZED 750 LF $ $ ANCHOR FOR STEEL BEAM RAIL 2 EA $ $ /8" CRUSHED STONE BEDDING 500 TON $ $ MOBILIZATION 1 LS $ $ 01/24/17 Schedule of Items Page 1 of 2

19 SCHEDULE OF ITEMS TAGGART HILL ROAD (TH 25) ROAD AND STREAM IMPROVEMENT PROJECT TOWN OF STOCKBRIDGE Item No. Item Description Quantity Units Unit Price Total Amount for Item = Quantity x Unit Price TRAFFIC CONTROL 1 LS $ $ GEOTEXTILE UNDER STONE FILL 800 SY $ $ TURF ESTABLISHMENT 1 LS $ $ EROSION PREVENTION & SEDIMENT CONTROL MEASURES 1 LS $ $ TOTAL BID AMOUNT (Figures) $ TOTAL BID AMOUNT (Written) $ The apparent low bidder for this project will be selected on the basis of the lowest TOTAL BID AMOUNT. The Town of Stockbridge reserves the right to waive any information in any bid and to reject any and all bids. The undersigned Bidder does hereby declare and stipulate that his proposal is made in good faith, without collusion or connection with any other person or persons bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Notice and Instructions to Bidders, the Construction Contract, and the Project Plans pertaining to the Work to be done, all of which have been examined by the undersigned. Respectfully submitted: Signature Address Title Date Attest Signature Printed Name Title Date 01/24/17 Schedule of Items Page 2 of 2

20 General Decision Number: VT /08/2016 VT44 Superseded General Decision Number: VT State: Vermont Construction Type: Highway County: Windsor County in Vermont. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels; building structures in rest areas; railroad construction; bascule, suspension & spandrel arch bridges; bridges designed for commercial navigation; bridges involving marine construction; and other major bridges) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/08/2016 * SUVT /14/2011 Rates Fringes CARPENTER, Includes Form Work...$ CEMENT MASON/CONCRETE FINISHER $ ELECTRICIAN, Includes Installation of Traffic Signals...$ GUARDRAIL INSTALLER...$ IRONWORKER, REINFORCING...$ IRONWORKER, STRUCTURAL...$ LABORER: Asphalt Raker...$ LABORER: Common or General...$ LABORER: Concrete Worker...$ LABORER: Flagger...$ LABORER: Landscape...$ LABORER: Screedman...$

21 LABORER: Sign Erector/Installer...$ OPERATOR: Asphalt Roller...$ OPERATOR: Backhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Broom...$ OPERATOR: Bulldozer...$ OPERATOR: Cold Planer/Milling Machine...$ OPERATOR: Crane...$ OPERATOR: Excavator...$ OPERATOR: Grader/Blade...$ OPERATOR: Loader...$ OPERATOR: Mechanic...$ OPERATOR: Paver...$ OPERATOR: Pounder...$ OPERATOR: Roller excluding Asphalt...$ OPERATOR: Screed...$ PAINTER (Parking Lot and Highway Striping Only)...$ TRUCK DRIVER, Includes all axles including Dump Trucks...$ TRUCK DRIVER: Distributor Truck...$ TRUCK DRIVER: Semi/Trailer Truck...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii))

22 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM /01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based

23 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board 4

24 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION 5

Basis for Award: Lowest Price. Proposal Acceptance Period: 180 days from receipt of offers. Site Visit: To be scheduled

Basis for Award: Lowest Price. Proposal Acceptance Period: 180 days from receipt of offers. Site Visit: To be scheduled onstruction Manager prior to commencement of work on RR475 to allow the government to displace working dogs. All work in RR475 shall be completed within 30 days after commencement of work. See specification

More information

ONLY THE FOLLOWING LIST OF CONTRACTORS MAY SUBMIT A

ONLY THE FOLLOWING LIST OF CONTRACTORS MAY SUBMIT A ROICC CAMP LEJEUNE POC: Lauren Loconto (910) 451-2582 x5246 ONLY THE FOLLOWING LIST OF CONTRACTORS MAY SUBMIT A PROPOSAL FOR THIS PROJECT: N40085-13-D-5242 Morton Trucking 121 Garnet Lane Jacksonville,

More information

Appendix I Davis-Bacon Wage Rates for Building Projects in Kansas

Appendix I Davis-Bacon Wage Rates for Building Projects in Kansas TOPEKA METRO REQUEST FOR BIDS Concrete Pads for Bus Stops Grace Med Sites TO-18-15 Appendix I Davis-Bacon Wage for Building Projects in Kansas Wage rates for all types of construction projects can be found

More information

General Decision Number: VA /05/2018 VA130. Counties: Gloucester, Hampton*, James*, Mathews, Newport

General Decision Number: VA /05/2018 VA130. Counties: Gloucester, Hampton*, James*, Mathews, Newport General Decision Number: VA180130 01/05/2018 VA130 Superseded General Decision Number: VA20170130 State: Virginia Construction Type: Highway Counties: Gloucester, Hampton*, James*, Mathews, Newport News*,

More information

Basis for Award: Lowest Price, with Additive Items (DFARS , see page 9)

Basis for Award: Lowest Price, with Additive Items (DFARS , see page 9) ated Damages: $2,950 per calendar day of delay Basis for Award: Lowest Price, with Additive Items (DFARS 252.236-7007, see page 9) Proposal Acceptance Period: 120 days from receipt of offers Site Visit:

More information

KovertHawkins. a r c h i t e c t s. Addendum No Walnut Street Jeffersonville, IN

KovertHawkins. a r c h i t e c t s. Addendum No Walnut Street Jeffersonville, IN KovertHawkins a r c h i t e c t s 630 Walnut Street Jeffersonville, IN 47130 812.282.9554 www.koverthawkins.com Addendum No. 2 Project: Persimmon Park Apartments Project No.: 1850.01 Subject: Addendum

More information

Dinwiddie, Goochland, Hanover, Henrico, Hopewell*, New Kent, Petersburg*, Powhatan, Prince George and Richmond* Counties in

Dinwiddie, Goochland, Hanover, Henrico, Hopewell*, New Kent, Petersburg*, Powhatan, Prince George and Richmond* Counties in General Decision Number: VA180131 01/05/2018 VA131 Superseded General Decision Number: VA20170131 State: Virginia Construction Type: Highway Counties: Charles*, Chesterfield, Colonial Heights*, Dinwiddie,

More information

General Decision Number: SD /08/2016 SD1. Superseded General Decision Number: SD State: South Dakota

General Decision Number: SD /08/2016 SD1. Superseded General Decision Number: SD State: South Dakota General Decision Number: SD160001 01/08/2016 SD1 Superseded General Decision Number: SD20150001 State: South Dakota Construction Types: Heavy and Highway Counties: South Dakota Statewide. HEAVY AND HIGHWAY

More information

5/14 SPECIAL CONDITIONS

5/14 SPECIAL CONDITIONS 5/14 SPECIAL CONDITIONS SPECIAL CONDITIONS 1.01 GENERAL. The provisions of this section of the Contract Documents will govern in the event of any conflict between the Special Conditions and the General

More information

EXHIBIT H DAVIS BACON WAGE DETERMINATION

EXHIBIT H DAVIS BACON WAGE DETERMINATION EXHIBIT H DAVIS BACON WAGE DETERMINATION AZ180009 01/05/2018 AZ9 Project: N27(2-2)(2-3)(4-2)N7(2-3)(1)N105(1) 1,2&4 Page 206 General Decision Number: AZ180009 01/05/2018 AZ9 Superseded General Decision

More information

General Decision Number: TX /23/2017 TX326. Superseded General Decision Number: TX State: Texas. Construction Type: Building

General Decision Number: TX /23/2017 TX326. Superseded General Decision Number: TX State: Texas. Construction Type: Building General Decision Number: TX170326 06/23/2017 TX326 Superseded General Decision Number: TX20160326 State: Texas Construction Type: Building County: Wichita County in Texas. BUILDING CONSTRUCTION PROJECTS

More information

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). General Decision Number: OH180103 01/12/2018 OH103 Superseded General Decision Number: OH20170103 State: Ohio Construction Type: Building County: Hamilton County in Ohio. BUILDING CONSTRUCTION PROJECTS

More information

SNOW REMOVAL SERVICES

SNOW REMOVAL SERVICES 150 HIGHLAND AVENUE BRIDGEPORT, CT 06604 ADDENDUM #2 November 4, 2015 Solicitation Number: 047-AM-15-S Solicitation Date: October 5, 2015 SNOW REMOVAL SERVICES 1. The following changes to the above-cited

More information

ATTACHMENT B. General Decision Number: SC /31/2017 SC15. Superseded General Decision Number: SC State: South Carolina

ATTACHMENT B. General Decision Number: SC /31/2017 SC15. Superseded General Decision Number: SC State: South Carolina General Decision Number: SC170015 03/31/2017 SC15 Superseded General Decision Number: SC20160015 State: South Carolina Construction Type: Building County: Beaufort County in South Carolina. ATTACHMENT

More information

Attachment 4 FA301018R0012 Page 1 of 5 General Decision Number: MS180141 01/05/2018 MS141 Superseded General Decision Number: MS20170141 State: Mississippi Construction Type: Building BUILDING CONSTRUCTION

More information

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) General Decision Number: VA180055 06/22/2018 VA55 Superseded General Decision Number: VA20170055 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) County: Portsmouth* County in

More information

EXHIBIT. General Decision Number: TX /05/2018 TX295. Superseded General Decision Number: TX State: Texas. Construction Type: Building

EXHIBIT. General Decision Number: TX /05/2018 TX295. Superseded General Decision Number: TX State: Texas. Construction Type: Building EXHIBIT The following hourly wage rates will be paid for general building and school construction. The wage rates and standard job classification contained herein were officially adopted by the Ysleta

More information

General Decision Number: AZ /05/2018 AZ33. Superseded General Decision Number: AZ State: Arizona. Construction Type: Building

General Decision Number: AZ /05/2018 AZ33. Superseded General Decision Number: AZ State: Arizona. Construction Type: Building General Decision Number: AZ180033 01/05/2018 AZ33 Superseded General Decision Number: AZ20170033 State: Arizona Construction Type: Building County: Pima County in Arizona. BUILDING CONSTRUCTION PROJECTS

More information

General Decision Number: GA /12/2017 GA146. Superseded General Decision Number: GA State: Georgia. Construction Type: Building

General Decision Number: GA /12/2017 GA146. Superseded General Decision Number: GA State: Georgia. Construction Type: Building General Decision Number: GA170146 05/12/2017 GA146 Superseded General Decision Number: GA20160146 State: Georgia Construction Type: Building County: Fulton County in Georgia. Note: Under Executive Order

More information

Page 1 of 7 General Decision Number: MI180075 10/26/2018 MI75 Superseded General Decision Number: MI20170075 State: Michigan Construction Type: Heavy County: Wayne County in Michigan. Heavy, Includes Water,

More information

SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO.

SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO. SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO. 17-4501 SAWS SOLICITATION NO. CO-00114 ADDENDUM NO. I June 15, 2017

More information

General Decision Number: PA /02/2015 PA110. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building

General Decision Number: PA /02/2015 PA110. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building General Decision Number: PA150110 01/02/2015 PA110 Superseded General Decision Number: PA20140110 State: Pennsylvania Construction Type: Building County: Dauphin County in Pennsylvania. BUILDING CONSTRUCTION

More information

RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories).

RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories). General Decision Number: DC170003 11/17/2017 DC3 Superseded General Decision Number: DC20160003 State: District of Columbia Construction Type: Residential County: District of Columbia Statewide. RESIDENTIAL

More information

INVITATION FOR BID TERMS AND CONDITIONS:

INVITATION FOR BID TERMS AND CONDITIONS: INVITATION FOR BID RE-ROOFING BUILDING at: Abingdon Child Development Center Early Head Start Roof Replacement 152 Highland Street, Abingdon, Virginia 24210. DESCRIPTION OF ITEMS: Notice is hereby given

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. ADDENDUM No. 2 PROJECT Sanitary Sewer System CIPP Improvements- 2018 BID DATE 2:00 PM May 1, 2018 BID LOCATION Finance Office Lake Norden City Office 508 Main Avenue, Lake Norden SD 57248 ISSUE DATE April

More information

ELEVATOR MECHANIC...$ a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence

ELEVATOR MECHANIC...$ a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Wage Determination General Decision Number: VA170180 11/17/2017 VA180 Superseded General Decision Number: VA20160180 State: Virginia Construction Type: Building County: York County in Virginia. Includes

More information

Superseded General Decision Number: MD State: Maryland. Construction Type: Building. County: Montgomery County in Maryland.

Superseded General Decision Number: MD State: Maryland. Construction Type: Building. County: Montgomery County in Maryland. MD160057 MOD 1 REVISED 02/19/16 MD57 ******** THIS WAGE DETERMINATION WAS REPLACED ON 02/19/16******** General Decision Number: MD160057 01/15/2016 Superseded General Decision Number: MD20150057 State:

More information

Field Acquisition Office Grand Prairie, Texas 75051

Field Acquisition Office Grand Prairie, Texas 75051 U.S. Department of Justice Administrative Division Field Acquisition Office Grand Prairie, Texas 75051 August 2, 2018 ATTN: ALL BIDDERS RE: Amendment Number 00003 (#3) Solicitation 15B50818B00000004 FCC

More information

General Decision Number: PA /09/2017 PA119. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building

General Decision Number: PA /09/2017 PA119. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building General Decision Number: PA170119 06/09/2017 PA119 Superseded General Decision Number: PA20160119 State: Pennsylvania Construction Type: Building County: Luzerne County in Pennsylvania. BUILDING CONSTRUCTION

More information

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 RE: Putnam County Emergency Services Disaster Response and Logistical Storage 410 S. State Road 19 Palatka, Florida Architect s Project No. 1132 FROM:

More information

ADDENDUM No. 1 ITB 4267, Arbor Oaks Park Rain Garden City of Ann Arbor Due: Wednesday, May 15, 2013 at 10:00 a.m.

ADDENDUM No. 1 ITB 4267, Arbor Oaks Park Rain Garden City of Ann Arbor Due: Wednesday, May 15, 2013 at 10:00 a.m. ADDENDUM No. 1 ITB 4267, Arbor Oaks Park Rain Garden City of Ann Arbor Due: Wednesday, May 15, 2013 at 10:00 a.m. The following changes, additions, and/or deletions shall be made to the Invitation to Bid

More information

General Decision Number: PA /03/2016 PA118. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building

General Decision Number: PA /03/2016 PA118. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building General Decision Number: PA160118 06/03/2016 PA118 Superseded General Decision Number: PA20150118 State: Pennsylvania Construction Type: Building County: Lehigh County in Pennsylvania. BUILDING CONSTRUCTION

More information

SCATTER SITES UNIT RENOVATIONS 235 PEQUONNOCK ST. UNIT#2 &8, 557 ATLANTIC ST. UNIT#105, 106, 203, 301, 302, AND 408 POPULAT ST.

SCATTER SITES UNIT RENOVATIONS 235 PEQUONNOCK ST. UNIT#2 &8, 557 ATLANTIC ST. UNIT#105, 106, 203, 301, 302, AND 408 POPULAT ST. HOUSING AUTHORITY OF THE CITY OF BRIDGEPORT, D/B/A PARK CITY COMMUNITIES 150 HIGHLAND AVENUE BRIDGEPORT, CT 06604 ADDENDUM # 1 OCTOBER 18, 2017 SCATTER SITES UNIT RENOVATIONS 235 PEQUONNOCK ST. UNIT#2

More information

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, P O BOX 8750 DAYTON, OHIO 45401-8750 PHONE: 937-910-7657 QUOTATION REQUEST THIS IS NOT AN ORDER RFQ: # 16-11

More information

Denton Boulevard Paving

Denton Boulevard Paving ADDENDUM NO. 1 Denton Boulevard Paving HMM Project No. 314267 CFWB Bid No. ITB 13-008 December 27, 2012 This addendum forms a part of the Contract Documents and modifies the original Project Manual and

More information

County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas (915) / Fax: (915)

County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas (915) / Fax: (915) County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 www.epcounty.com ADDENDUM 1 To: From: All Interested Bidders Lucy Balderama, Procurement

More information

Page 1 of 5 General Decision Number: VA120131 09/28/2012 VA131 Superseded General Decision Number: VA20100223 State: Virginia Construction Type: Building County: Virginia Beach* County in Virginia. *INDEPENDENT

More information

This Addendum consists of ITEMS 1 & 2 and ATTACHMENT A which are hereby incorporated into the Bidding Documents: REVISION TO SPECIFICATIONS:

This Addendum consists of ITEMS 1 & 2 and ATTACHMENT A which are hereby incorporated into the Bidding Documents: REVISION TO SPECIFICATIONS: Addendum No. 1 DATE: April 27, 2018 Project: In accordance with documents prepared by: Worcester Housing Authority TO: ALL PLANHOLDERS--BIDDERS--PROPOSERS--CONTRACTORS This Addendum No. 1 forms part of

More information

FAR SUBPART 22.9 NONDISCRIMINATION BECAUSE OF AGE (FEB 1964)

FAR SUBPART 22.9 NONDISCRIMINATION BECAUSE OF AGE (FEB 1964) PART 3 - WAGE DETERMINATION 3.J MINIMUM WAGE SCHEDULE FAR SUBPART 22.9 NONDISCRIMINATION BECAUSE OF AGE (FEB 1964) 22.901 Policy. Executive Order 11141, February 12, 1964 (29 CFR 2477), states that the

More information

Page 1 of 8 General Decision Number: MI180101 11/02/2018 MI101 Superseded General Decision Number: MI20170101 State: Michigan Construction Type: Building County: Wayne County in Michigan. BUILDING CONSTRUCTION

More information

Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton. Forge*, Covington*, Craig, Cumberland, Dickenson, Floyd,

Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton. Forge*, Covington*, Craig, Cumberland, Dickenson, Floyd, General Decision Number: VA180128 01/05/2018 VA128 Superseded General Decision Number: VA20170128 State: Virginia Construction Type: Highway Counties: Alleghany, Appomattox, Augusta, Bath, Bland, Buchanan,

More information

ATTACHMENT D DAVIS BACON ACT WAGE DETERMINATIONS FOR IFB # /AB

ATTACHMENT D DAVIS BACON ACT WAGE DETERMINATIONS FOR IFB # /AB General Decision Number: VA100003 06/25/2010 VA3 Superseded General Decision Number: VA20080003 State: Virginia Construction Type: Building County: Newport News* County in Virginia. *INDEPENDENT CITY OF

More information

ACCOUNTING AND APPROPRIATION DATA

ACCOUNTING AND APPROPRIATION DATA Page 44 of 75 ACCOUNTING AND APPROPRIATION DATA AA: 5753830 535 41B5 321000 000000 GFA00 000000 667100 F67100 AMOUNT: $14,368,200.00 CIN F6F9CE4344A0020001: $13,574,000.00 CIN F6F9CE4344A0020002: $10,300.00

More information

CAPITAL CONSTRUCTION DEPARTMENT 700 ANDOVER PARK WEST - SUITE C * SEATTLE, WA Kirkland Place Shoring and Beam Repair

CAPITAL CONSTRUCTION DEPARTMENT 700 ANDOVER PARK WEST - SUITE C * SEATTLE, WA Kirkland Place Shoring and Beam Repair CAPITAL CONSTRUCTION DEPARTMENT 700 ANDOVER PARK WEST - SUITE C * SEATTLE, WA 98188 ADDENDUM: 2 TODAY S DATE: 1/16/2018 PROJECT NAME: Kirkland Place Shoring and Beam Repair CONTACT / TITLE: Amy Kurtz Project

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

Procurement Department ADDENDUM #2

Procurement Department ADDENDUM #2 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department To: RFP# 1111-931-65-3659 RFP Playground Repairs Date: December 29, 2011 ADDENDUM #2 Delete the Davis Bacon Wage Decision

More information

Ingham County Land Bank Fast Track Authority Office Building Roof Installation Prevailing Wage General Decision Number: MI180084 01/05/2018 MI84 Superseded General Decision Number: MI20170084 State: Michigan

More information

Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton. Harrisonburg*, Henry, Highland, Lee, Lexington*, Martinsville*,

Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton. Harrisonburg*, Henry, Highland, Lee, Lexington*, Martinsville*, General Decision Number: VA130011 01/04/2013 VA11 Superseded General Decision Number: VA20120011 State: Virginia Construction Type: Highway Counties: Alleghany, Appomattox, Augusta, Bath, Bland, Buchanan,

More information

ARCHITECT S ADDENDUM NO. 2 REVISION OF DRAWINGS & SPECIFICATIONS

ARCHITECT S ADDENDUM NO. 2 REVISION OF DRAWINGS & SPECIFICATIONS ARCHITECT S ADDENDUM NO. 2 REVISION OF DRAWINGS & SPECIFICATIONS PROJECT: OSKALOOSA FAÇADE IMPROVEMENTS OSKALOOSA, IA 52577 TO: ALL BIDDERS DATE: February 22, 2017 This addendum is issued to modify, clarify,

More information

SAN ANTONIO WATER SYSTEM DSP Southeast Tank and Pump Station Project SAWS Job Nos (DSP) & Solicitation No.

SAN ANTONIO WATER SYSTEM DSP Southeast Tank and Pump Station Project SAWS Job Nos (DSP) & Solicitation No. SAN ANTONIO WATER SYSTEM DSP Southeast Tank and Pump Station Project SAWS Job Nos. 13-6102 (DSP) & 13-6005 Solicitation No. B-14-062-MF ADDENDUM NO. 1 October 6, 2014 TO BIDDER OF RECORD: The following

More information

MCAS Cherry Point, North Carolina Project No

MCAS Cherry Point, North Carolina Project No 5 Mar 2018 NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC FACILITIES ENGINEERING AND ACQUISITION DIVISION, CHERRY POINT POC: Brad Turner, Contract Specialist (252) 466-4734 ONLY THE FOLLOWING LIST

More information

General Decision Number: WA /24/2015 WA43. Superseded General Decision Number: WA State: Washington. Construction Type: Building

General Decision Number: WA /24/2015 WA43. Superseded General Decision Number: WA State: Washington. Construction Type: Building General Decision Number: WA150043 07/24/2015 WA43 Superseded General Decision Number: WA20140043 State: Washington Construction Type: Building County: Thurston County in Washington. BUILDING CONSTRUCTION

More information

PROPOSED TASK ORDER: DESIGN-BID-BUILD FOR CONTRACTS:

PROPOSED TASK ORDER: DESIGN-BID-BUILD FOR CONTRACTS: NAVAL FACILITIES ENGINEERING COMMAND, MID ATLANTIC FEAD BEAUFORT BLDG 616 MOORE STREET BEAUFORT, SOUTH CAROLINA 29904 POC: Jeff Walker, jeffrey.a.walker1@navy.mil 843-228-8562 Alternate POC: Christine

More information

Phase 1 / Restoration Project for Carnegie Library 708 Liberty Street Hopkinsville, KY KCDBG Grant Number

Phase 1 / Restoration Project for Carnegie Library 708 Liberty Street Hopkinsville, KY KCDBG Grant Number ADDENDUM #1 PROJECT: OWNER: ARCHITECT: Phase 1 / Restoration Project for Carnegie Library 708 Liberty Street Hopkinsville, KY 42240 KCDBG Grant Number 11-052 Hopkinsville Carnegie Library, Inc. James B.

More information

Page 1 of 8 General Decision Number: MI190100 02/15/2019 MI100 Superseded General Decision Number: MI20180100 State: Michigan Construction Type: Building County: Washtenaw County in Michigan. BUILDING

More information

General Decision Number: WA /03/2017 WA100. Superseded General Decision Number: WA State: Washington

General Decision Number: WA /03/2017 WA100. Superseded General Decision Number: WA State: Washington General Decision Number: WA170100 03/03/2017 WA100 Superseded General Decision Number: WA20160100 State: Washington Construction Type: Heavy including water and sewer line construction County: Snohomish

More information

http://www.wdol.gov/wdol/scafiles/davisbacon/ct23.dvb?v=13 Page 1 of 8 12/2/2016 General Decision Number: CT160023 09/02/2016 CT23 Superseded General Decision Number: CT20150023 State: Connecticut Construction

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

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

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

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT INVITATION TO BID VERMONT AGENCY OF NATURAL RESOURCES DEPARTMENT OF FORESTS, PARKS & RECREATION GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT ISSUE DATE: JUNE 14, 2012 MANDATORY SITE MEETING:

More information

Page , Specification Section , Miscellaneous Fittings 2.8 GALVANIZED STEEL PIPE AND FITTINGS 2.9 RED BRASS PIPE AND FITTINGS

Page , Specification Section , Miscellaneous Fittings 2.8 GALVANIZED STEEL PIPE AND FITTINGS 2.9 RED BRASS PIPE AND FITTINGS ITEM NO. 2: Page 15050-5, Specification Section 15050-2.7, Miscellaneous Fittings ADD the following after subsection 2.7: ITEM NO. 3: 2.8 GALVANIZED STEEL PIPE AND FITTINGS Steel pipe shall be general

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

SAN ANTONIO WATER SYSTEM SAWS JOB NUMBER SOLICITATION NO. CO FF

SAN ANTONIO WATER SYSTEM SAWS JOB NUMBER SOLICITATION NO. CO FF SAN ANTONIO WATER SYSTEM MILDRED 24 SEWER OUTFALL DR881 PROJECT SAWS JOB NUMBER 15-4521 SOLICITATION NO. CO-00165-FF ADDENDUM NO. 1 MARCH 30, 2018 To Bidder of Record: This addendum, applicable to work

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

General Decision Number: CA /02/2015 CA3. Superseded General Decision Number: CA State: California

General Decision Number: CA /02/2015 CA3. Superseded General Decision Number: CA State: California General Decision Number: CA150003 01/02/2015 CA3 Superseded General Decision Number: CA20140003 State: California Construction Type: Heavy Water Well Drilling Counties: California Statewide. WATER WELL

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES SEDA-COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES ENGINEERING, DESIGN, AND BIDDING 119 SOUTH LOCUST STREET DEMOLITION BOROUGH OF MOUNT CARMEL NORTHUMBERLAND COUNTY,

More information

In accordance with documents prepared by: Garofalo Design Associates, Inc.

In accordance with documents prepared by: Garofalo Design Associates, Inc. MA12-13, 15 Webster Square Towers West and East Addendum No. 1 DATE: August 22, 2017 Project: MA12-13, 15 Webster Square Towers West and East In accordance with documents prepared by: Garofalo Design Associates,

More information

SECTION 3 PARTICIPATION PLAN. (Owner/Developer and General Contractor)

SECTION 3 PARTICIPATION PLAN. (Owner/Developer and General Contractor) SECTION 3 PARTICIPATION PLAN (Owner/Developer and General Contractor) For (Name and Address of Construction Project) Submitted by: Name of Owner/Developer: Address: Primary Contact: Phone number: Email:

More information

ADDENDUM # 1 To: RFQ for: Remodeling & Renovations at Victoria Plaza & O.P. Schnabel Apartments

ADDENDUM # 1 To: RFQ for: Remodeling & Renovations at Victoria Plaza & O.P. Schnabel Apartments 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department ADDENDUM # 1 To: 1006-909-23-3242 RFQ for: Remodeling & Renovations at Victoria Plaza & O.P. Schnabel Apartments Please note

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

2011 Davis Bacon Wage Analysis

2011 Davis Bacon Wage Analysis Associated General Contractors of New Hampshire 2011 Davis Bacon Wage Analysis AGC of NH 48 Grandview Road Bow, NH 03304 T 603.225.2701 F 603.226.3859 www.agcnh.org Preface Davis Bacon Wage Rates are wage

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

TRENCHLESS CULVERT REHAB-2017

TRENCHLESS CULVERT REHAB-2017 TRENCHLESS CULVERT REHAB-2017 Project Number: NA Bid Number: 25-08JUN17 CONSTRUCTION BIO REQUEST Contract Documents, General Specifications, Technical Specifications, and Special Provisions BOONE COUNTY

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

PART IV WAGE DETERMINATIONS

PART IV WAGE DETERMINATIONS PART IV WAGE DETERMINATIONS The Davis-Bacon Act (40 U.S.C. 3141), as amended, apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction,

More information

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation.

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation. CMHA Prospective Business Vendor: Enclosed, you will find a variety of forms regarding Section 3 (Housing & Urban Development Opportunities Act of 1968, as amended). Please complete and attach the Section

More information

On-Call Airfield Construction CONTRACT NO ADDENDUM NUMBER ONE

On-Call Airfield Construction CONTRACT NO ADDENDUM NUMBER ONE September 19, 2018 On-Call Airfield Construction CONTRACT NO. 201842969 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Request for Proposal with which it

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

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

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

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

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

ADDENDUM #2. Request for Quotations Vacancy Prep Unit Turnover Solicitation No Originally Issued November 1, 2018

ADDENDUM #2. Request for Quotations Vacancy Prep Unit Turnover Solicitation No Originally Issued November 1, 2018 Addendum 1 Issued November 8, 2018 To Offerors: ADDENDUM #2 Request for Quotations Vacancy Prep Unit Turnover Solicitation No. 2018-8060 Originally Issued November 1, 2018 The following additions, deductions,

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

https://www.wdol.gov/wdol/scafiles/davisbacon/fl1.dvb?v=7

https://www.wdol.gov/wdol/scafiles/davisbacon/fl1.dvb?v=7 Page 1 of 8 General Decision Number: FL170001 09/08/2017 FL1 Superseded General Decision Number: FL20160001 State: Florida Construction Types: Building, Heavy and Highway County: Brevard County in Florida.

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

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION 1. SOLICITATION NO.: 2. AMENDMENT NO.: DALLAS AREA RAPID TRANSIT DALLAS, TEXAS AMENDMENT OF SOLICITATION 3. EFFECTIVE DATE: 4. BRIEF SOLICITATION DESCRIPTION: B-1021104 1 April 30, 2012 Improvements on

More information

REQUEST FOR SEALED BIDS No

REQUEST FOR SEALED BIDS No REQUEST FOR SEALED BIDS No. 2018-013 Project: Granger Site Development Phase 2 Issued: December 19, 2018 CONTENTS Section 1. Bid Announcement and General Information Section 2. Bid Specifications and Bid

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 January 30, 2019 To Whom It May Concern: The Burt County Board

More information

Harbor Architects LLC

Harbor Architects LLC Harbor Architects LLC HARBOR PLACE 345 W WISHKAH ABERDEEN WA 98520 360.532.0980 harborarchitects.com ADDENDUM NUMBER 003, Page 1 South Sound Clinic Expansion EVERGREEN TREATMENT SERVICES Lacey, Washington

More information

General Wage Decision No. CO Superseded General Decision No. CO Modification No. 0 Publication Date: 01/04/2019 (6 pages)

General Wage Decision No. CO Superseded General Decision No. CO Modification No. 0 Publication Date: 01/04/2019 (6 pages) TO: All Users of the City and County of Denver Prevailing Wage Schedules FROM: Susan Keller, HR Technician II, Classification & Compensation DATE: January 7, 2019 SUBJECT: Latest Change to Prevailing Wage

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

General Decision Number: FL /01/2019 FL1. Superseded General Decision Number: FL State: Florida

General Decision Number: FL /01/2019 FL1. Superseded General Decision Number: FL State: Florida General Decision Number: FL190001 02/01/2019 FL1 Superseded General Decision Number: FL20180001 State: Florida Construction Types: Building, Heavy and Highway County: Brevard County in Florida. **CAPE

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information