ROCKDALE WORLD WAR I MEMORIAL RESTORATION

Size: px
Start display at page:

Download "ROCKDALE WORLD WAR I MEMORIAL RESTORATION"

Transcription

1 Page 1 of 11 ROCKDALE WORLD WAR I MEMORIAL RESTORATION ROCKDALE PARK, NORTHBRIDGE, MASSACHUSETTS INVITATION FOR BID January 18th, 2017 PROJECT OWNER/CONTACT: BOARD OF TRUSTEES FOR SOLDIERS MEMORIALS, TOWN OF NORTHBRIDGE DAN BENEWAY Phone: dbeneway1@gmail.com

2 Page 2 of 11 PROJECT DESCRIPTION AND OVERVIEW The purpose of this IFB is to solicit proposals and costs from qualified companies to restore the Rockdale World War I Memorial in Northbridge, Massachusetts. The location of the Memorial is at the corner of School Street and Providence Road. At this time, there are no known documents, drawings, or descriptions relative to the original construction of the monument. The intent of the project is to maintain the original design and construction of the monument but to disassemble it, provide a new foundation and plaza, and reassemble it. The existing stone monument and balustrade may be of a type such as Milford Pink, Kershaw, Stony Creek, or Oconee. It is not known at this time if the same granite is available. SCOPE OF WORK 1) Preliminary documentation of the existing conditions and proposed treatment of the stone structures, bronze plaques, plaza, and subsurface. 2) Site measurements, drawings, photographs, and numbering of the various component stones before disassembly. 3) Protecting the site during construction activities including providing barriers to confine the work and safeguard the public, as well as installing protection to the grounds and landscaping for the duration of the project. 4) Complete disassembly of the monument including the balustrade. 5) Provide a drawing stamped by a licensed Massachusetts Structural Engineer of the proposed new foundations/footings and substructure for the monument and plaza. 6) Remove and refurbish the three (3) existing bronze plaques. 7) Demolition and removal of the existing concrete plaza and steps. 8) Site excavation as well as forming and pouring new foundations/footings and subsurface under the plaza. 9) Provide and install new granite pavers and steps for the plaza. 10) Provide an alternate design/construction and cost proposal to replace the existing roof with a stone cap roof including provisions for waterproofing and water runoff. 11) Provide an alternate design/construction and cost proposal to replace the existing cement surface behind the bronze plaques with stone. 12) Reassemble the monument and balustrade using the identical configuration as was in the original construction. 13) Remove the temporary barriers and restore the grounds around the monument site including the surrounding landscaping to its original condition before construction. 14) Provide documentation and as-built drawings for the completed work. 15) Provide a short-term and long-term maintenance plan for the monument.

3 Page 3 of 11 WORK DESCRIPTION 1) Preliminary Documentation a. Submit an existing condition report which documents conditions before construction including the monument, plaza, and subsurface structure. b. Submit a proposed treatment report with reference to the Scope of Work and Work Descriptions. Outline methods and materials. 2) Documentation Before Disassembly a. Prior to documenting and labeling, clean all stone surfaces with a mild pressurewash. b. Complete as necessary drawings, photographs, and site measurements which document the component parts, locations, and orientations of stones before disassembly as well as existing grades and elevations of the monument. c. Mark, label, and number each component stone with a reversible paint or wax marker. d. All documentation before disassembly to be submitted to the Owner for approval. 3) Site Protection a. Temporary fencing and barriers to be installed that isolate the work site and provide a secure location. b. Protection as necessary to the surrounding property and landscape within the construction area to be provided throughout the duration of the project. 4) Disassembly a. Existing roof structure to be disassembled. b. Each component stone of the monument and balustrade to be disassembled. Caution shall be taken in removing the existing stone so as to avoid damage. If a stone is damaged, the contractor is required to replace it with a similar type of granite. c. Remnants of original mortar to be mechanically removed from each component stone without damage to the stone. An additional chemical wash can be employed providing there is no damage to the surface of the stone. d. The stones can be temporarily palletized and stored onsite. 5) Drawing a. A plan and section drawing showing the monument, new foundations and footings, substructure and plaza to be stamped by a Massachusetts licensed structural engineer. 6) Bronze Plaques a. Bronze plaques to be removed without damage and to be moved to a secure facility to be restored and held until reinstallation. b. Restoration and refinishing should include: i. Fine abrasive blasting to remove previous coatings. ii. Restoration as needed for the blind fastening bosses and studs.

4 Page 4 of 11 iii. Replacement of six (6) missing rosettes. iv. Re-highlighting of lettering and raised detail with extra-fine abrasives such as Scotch-Brite to achieve the original bright surface of the bronze. v. Chemical patination of the bronze to achieve a rich brown tone to background surfaces and maintaining the bright metallic tone on raised surfaces. vi. Two (2) coats of incralac. vii. Two (2) coats of a high-quality carnauba paste wax such as Trewax, or BWC Company s Bowling Alley Wax, or equal. 7) Demolition a. The existing cement plaza and a sufficient area of sub-grade to be removed and disposed of to facilitate the construction of the new monument foundations/footings and plaza. 8) New Footings & Substructure a. Per the approved drawings, excavate and pour new foundations/footings and subsurface concrete pad for plaza. b. Footings to be at depths commensurate to local frost lines and a minimum of 4500 PSI concrete with sufficient reinforcement as specified by Structural Engineer. c. Concrete slab for pavers to be 6 inches (6 ) and reinforced with mesh. 9) New Granite Pavers a. Per the approved drawings, provide and install granite pavers and steps. b. Samples of material to be submitted prior to construction. c. Pavers to be 2-0 x 2-0 x 0-6 Woodbury, Chelmsford Grey, or equal with thermal finish. d. Steps to be dimensioned per the original construction and to match the stone type and finish of the pavers. e. Pavers and steps to be set with mortar. f. Joints on pavers and steps to be filled with polymeric sand. 10) New Roof Cap a. Stone to be the same as or as close as possible in appearance to the existing stone. b. Provisions for waterproofing and a drip edge should be incorporated. 11) New Stone Behind the Bronze Plaques a. Stone to be the same as or as close as possible in appearance to the existing stone. b. Stone to be provided as a maximum of three (3) pieces. 12) Reassembly a. Balustrade to be reset with no rocking or movement. b. Top rail of balustrade to be level. c. One inch (1 ) diameter holes to be drilled at center bottom of each baluster post with corresponding holes drilled through the granite pavers into cement slab. Baluster posts to be reset with three-quarter inch (3/4 ) diameter stainless steel

5 Page 5 of 11 dowels. Epoxy to be used in holes in pavers and slab. Silicon caulk to be used in holes in posts. d. All joints in balustrade and monument wall to be type N mortar or approved equal. e. All mortar residue to be cleaned on the surface of the stone. f. Mortar samples must be submitted for approval. g. The bronze plaques are to be re-fastened to the wall using the original mounting bolts into new masonry anchors. The six (6) missing rosettes to be replaced by new bronze copies of the original rosette. Additional epoxy (Smooth-On Metal Set 4 or equal) to be used in the area of the anchors between the wall and the back side of the bronze. 13) Site Restoration a. The site to be restored to its original condition before construction. b. Replace grass or landscaping if damaged. 14) Drawings a. Drawings should show as-built plans, elevations, and sections listing materials. 15) Maintenance a. A detailed maintenance plan and recommendations should be drafted for shortterm and long-term maintenance. QUALIFICATIONS/REQUIREMENTS 1) This work shall be performed by skilled masons or conservators with a minimum of five (5) years of experience with similar constructions or historic restorations. 2) References for three (3) pertinent previous projects to be submitted and should include the project name, owner s contact information, and cost of the project. 3) Insurance: Before commencing any work, the contractor shall submit a certificate of insurance naming the Town of Northbridge as Additional Insured. The following minimum limits shall apply: Commercial General Liability Per occurrence/aggregate - $1,000,000/$2,000,000 Bodily Injury and Accidental Death General Liability Each person/aggregate $500,000/$500,000 Property Damage General Liability Each person/aggregate $500,000/$500,000

6 Page 6 of 11 Bodily Injury and Accidental Death Automobile Liability Each person/aggregate $500,000/$500,000 Property Damage Automobile Liability Each person/aggregate $500,000/$500,000 Employer s Liability Insurance Workmen s Compensation Not less than $1,000,000 each accident Umbrella or Excess Liability Insurance Not less than $2,000,000 over and above primary limits 4) Prevailing Wage Rates: Minimum prevailing wage rates as determined under Massachusetts General Laws, Chapter 149, Sections 26 to 27H by the Commonwealth of Massachusetts, Department of Labor and Workforce Development, Division of Occupational Safety attached to this bid package apply to all work to be performed under this IFB. A true and accurate record must be kept of all persons employed on this project for which these rates have been provided. A payroll form is enclosed which must be submitted to the awarding authority on a weekly basis for all work performed under this contract. Additional requirements noted on the attached form from the Division of Occupational Safety must be completed. Contractor must certify that all employees to be employed at the worksite have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration at the time the employee begins work and furnish documentation of successful completion of said course with the first certified payroll report for each employee. 5) Bid Bonds and Payment Bonds: Each bid must be accompanied by a bid bond, certified check or a treasurer s or cashier s check issued by a responsible bank or trust company, payable to the Town of Northbridge in the amount of five (5) percent of the value of the bid. As soon as bid prices have been compared, the Town will return the bid deposits of all except the three lowest responsible bidders. When the contract is executed, the bid deposits of the two remaining unsuccessful bidders will be returned. The bid deposit of the successful bidder will be retained until the payment bond has been executed and approved, after which it will be returned. A payment bond, in the amount of fifty (50) percent of the total bid price, with a corporate surety qualified to do business under the laws of the commonwealth of Massachusetts and satisfactory to the Town, will be required of the Contractor for the faithful performance of the contract. Attorneys-in-fact who sign bid bonds or payment bonds must file with each bond a certified and effective dated copy of their power of attorney. 6) The contractor must comply with all OSHA and EPA Requirements, and all other applicable governing authorities.

7 Page 7 of 11 SUBMITTALS 1) Existing conditions and proposed treatment reports. 2) Documentation of the monument and component parts before disassembly. 3) Drawing stamped by licensed Massachusetts Structural Engineer for the monument foundations/footings and subsurface under the plaza. 4) Samples of granite pavers and steps. 5) Drawing and proposal for new stone roof cap and stone sample. 6) Drawing and proposal for new stone to replace the concrete behind the bronze plaques and stone sample. 7) Sample board of similar stones showing mortar joints. 8) As-built drawings. 9) Maintenance recommendations. PRE-BID MEETING A mandatory Pre-Bid Meeting will be held on February 1 st, 2017 at 7:00 pm at the Northbridge Town Hall in Room #1-1. OWNER S REPRESENTATIVE FOR QUESTIONS Any questions should be directed to: Board of Trustees for Soldiers Memorials, Town of Northbridge Dan Beneway Phone: dbeneway1@gmail.com BID DUE DATE Sealed Bids will be received at the Office of the Town Manager, Northbridge Town Hall, 7 Main Street, Whitinsville, MA until Wednesday, February 15 th, 2017 by 11:59 am. The bids should be labeled with the subject Rockdale World War I Memorial Restoration. Include a cover sheet with company name, address, and contact information and include the enclosed executed Cost Sheet, Hold Harmless Agreement, Certificate of Compliance, Affidavit- Revenue Enforcement and Protection Act Requirement, and Certificate of Non-Collusion. Contract will be awarded February 21 st, 2017.

8 Page 8 of 11 The Town of Northbridge reserves the right to waive any informalities or irregularities in the bids received, or to reject any and all bids, wholly or in part, and to accept bids deemed to be in the best interest of the Town. Bids may not be withdrawn within 30 business days after the opening. PROJECTED TIME OF PROJECT Estimated construction start date is April 1 st, 2017 with an estimated completion date of June 20 th, 2017.

9 Page 9 of 11 ROCKDALE WORLD WAR I MEMORIAL RESTORATION INVITATION FOR BID COST SHEET Provide estimates and itemized costs. Costs should include labor and materials. 1. Scope of Work items 1, 2, 3, & 4 (Preliminary documentation, Drawings & photographs, Site protection, and Disassembly) $ 2. Scope of Work items 5, 7, 8, & 9 (Drawing for proposed footing & substructure, Demolition, Excavation, foundations/footings, & subsurface for plaza, and Granite pavers & steps) $ 3. Scope of Work item 6 (Remove & refurbish bronze plaques) $ 4. Scope of Work item 10 (Replace the existing roof cap with stone) $ 5. Scope of Work item 11 (Replace concrete surface behind three bronze plaques with stone) $ 6. Scope of Work items 12, 13, 14, & 15 (Reconstruct monument & balustrade, Reinstall plaques, Restore site, Documentation & as-built drawings, Maintenance recommendations) $ Submitted by: Name Company Signature Date

10 Page 10 of 11

11 Page 11 of 11

12 ---SAMPLE--- CONTRACT No. TBD TOWN OF NORTHBRIDGE Board of Trustees for Soldiers Memorials Rockdale World War I Memorial Restoration CONTRACT No. TBD Contracting Authority: Town Manager s Office Memorial Town Hall 7 Main Street Whitinsville, MA 01588

13 ---SAMPLE--- CONTRACT No. TBD TOWN OF NORTHBRIDGE Rockdale World War I Memorial Restoration CONTRACT No. TBD Under the provisions of Massachusetts General Laws, Chapter 30 39M, this contract for the Rockdale World War I Memorial Restoration is entered into by and between the Town of Northbridge, Massachusetts, herein referred to as the Town and, with a principal place of business at, herein after referred to as the Contractor. The following attached documents form a part of this contract: a. Invitation for Bid, IFB No. TBD b. Revenue Enforcement and Protection Act Requirement Affidavit executed by the Contractor c. Certificate of Non-Collusion executed by the Contractor d. Hold Harmless Agreement executed by the Contractor e. Certificate of Compliance executed by the Contractor dated f. Bid Form submitted by the Contractor dated All services shall be provided in strict conformance with the terms and conditions of the contract documents at the unit prices submitted by the Contractor on the Bid Form. The address for submitting invoices for payment is as follows: Board of Trustees for Soldiers Memorials, 11 Fletcher Street, P.O. Box 88, Whitinsville, MA The performance period for this contract is valid until TBD. Contractor must start work within ten (10) calendar days from the receipt of written Notice-To-Proceed and complete all work on or before TBD. Within ten (10) calendar days after the Notice-To-Proceed, but before the commencement of work, the Contractor shall submit for approval a progress schedule in sufficient detail showing the proposed progress for the construction of various elements of the work. NOTE: It is agreed that this work will commence on TBD and will be completed on or before TBD. For: For: Town of Northbridge Signed: Signed: Title: Title: Town Manager/Chief Procurement Officer Mailing Address: Memorial Town Hall, 7 Main Street Whitinsville, MA Appropriate funds are available for the contract and that the official signing has been authorized to do so. Signed: Title: Town Accountant Date: Federal Tax I.D. No. Signature Page

14

15

16 CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H RONALD L. WALKER, II Secretary WILLIAM D MCKINNEY Director Awarding Authority: Town of Northbridge Contract Number: Rockdale Memorial City/Town: NORTHBRIDGE Description of Work: Improvements to the Rockdale Memorial Structure which includes excavation, foundations, granite, mortaring and restoration. Job Location: Providence Road, Whitinsville, MA Information about Prevailing Wage Schedules for Awarding Authorities and Contractors This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the Wage Request Number on all pages of this schedule. An Awarding Authority must request an updated wage schedule from the Department of Labor Standards ( DLS ) if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects (bid pursuant to G.L. c.149a), the earlier of: (a) the execution date of the GMP Amendment, or (b) the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L. c. 149, 27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L. c The wages listed on the wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor. All apprentices working on the project are required to be registered with the Massachusetts Department of Labor Standards, Division of Apprentice Standards (DLS/DAS). Apprentice must keep his/her apprentice identification card on his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS regardless of whether or not they are registered with any other federal, state, local, or private agency must be paid the journeyworker's rate for the trade. The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor. For multi-year CM AT RISK projects, awarding authority must request an annual update no later than two weeks before the anniversary date, determined as the earlier of: (a) the execution date of the GMP Amendment, or (b) the execution date of the first amendment to permit procurement of construction services. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F rental of equipment contracts. Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or and keep them on file for three years. Each weekly payroll report must contain: the employee s name, address, occupational classification, hours worked, and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at (617) Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and 11/14/2016 Wage Request Number:

17 Construction (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" AIR TRACK OPERATOR ASBESTOS WORKER (PIPES & TANKS) HEAT & FROST INSULATORS LOCAL 6 (WORCESTER) ASPHALT RAKER ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE BACKHOE/FRONT-END LOADER BARCO-TYPE JUMPING TAMPER BLOCK PAVER, RAMMER / CURB SETTER BOILER MAKER BOILERMAKERS LOCAL 29 08/01/2016 $32.15 $10.91 $10.08 $ /01/2016 $32.15 $10.91 $10.89 $ /01/2016 $32.22 $10.91 $10.08 $ /01/2016 $32.22 $10.91 $10.89 $ /01/2016 $32.34 $10.91 $10.08 $ /01/2016 $32.34 $10.91 $10.89 $ /01/2015 $90.51 $9.80 $18.17 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $33.15 $7.45 $12.65 $ /01/2016 $32.90 $11.50 $7.10 $ /01/2016 $33.90 $11.50 $7.10 $ /01/2017 $34.90 $11.50 $7.10 $ /01/2017 $35.90 $11.50 $7.10 $ /01/2018 $36.90 $11.50 $7.10 $ /01/2018 $37.90 $11.50 $7.10 $ /01/2019 $38.90 $11.50 $7.10 $ /01/2019 $39.90 $11.50 $7.10 $ /01/2020 $40.90 $11.50 $7.10 $ /01/2020 $41.90 $11.50 $7.10 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $44.23 $10.00 $15.15 $ /01/2016 $45.48 $10.00 $15.15 $ /01/2017 $46.48 $10.00 $15.15 $ /01/2017 $47.48 $10.00 $15.15 $ /01/2016 $44.23 $10.00 $15.15 $ /01/2016 $45.48 $10.00 $15.15 $ /01/2017 $46.48 $10.00 $15.15 $ /01/2017 $47.48 $10.00 $15.15 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $33.15 $7.45 $12.65 $ /01/2016 $41.62 $6.97 $16.21 $ /01/2017 $42.92 $6.97 $16.21 $0.00 $53.14 $53.95 $53.21 $54.02 $53.33 $54.14 $ $52.50 $53.25 $51.50 $52.50 $53.50 $54.50 $55.50 $56.50 $57.50 $58.50 $59.50 $60.50 $52.00 $52.75 $69.38 $70.63 $71.63 $72.63 $69.38 $70.63 $71.63 $72.63 $52.00 $52.75 $52.50 $53.25 $64.80 $66.10 Page 2 of 32

18 Apprentice - BOILERMAKER - Local 29-01/01/ $27.05 $6.97 $10.54 $0.00 $ $27.05 $6.97 $10.54 $0.00 $ $29.13 $6.97 $11.35 $0.00 $ $31.22 $6.97 $12.16 $0.00 $ $33.30 $6.97 $12.97 $0.00 $ $35.38 $6.97 $13.78 $0.00 $ $37.46 $6.97 $14.59 $0.00 $ $39.54 $6.97 $15.40 $0.00 $ /01/ $27.90 $6.97 $10.54 $0.00 $ $27.90 $6.97 $10.54 $0.00 $ $30.04 $6.97 $11.35 $0.00 $ $32.19 $6.97 $12.16 $0.00 $ $34.34 $6.97 $12.97 $0.00 $ $36.48 $6.97 $13.78 $0.00 $ $38.63 $6.97 $14.59 $0.00 $ $40.77 $6.97 $15.40 $0.00 $63.14 Apprentice to Journeyworker Ratio:1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (WORCESTER) 09/01/2016 $48.66 $10.18 $18.62 $ /01/2017 $49.23 $10.18 $18.62 $0.00 $77.46 $78.03 Page 3 of 32

19 Apprentice - BRICK/PLASTER/CEMENT MASON - Local 3 Worcester - 09/01/2016 $24.33 $10.18 $18.62 $0.00 $ $29.20 $10.18 $18.62 $0.00 $ $34.06 $10.18 $18.62 $0.00 $ $38.93 $10.18 $18.62 $0.00 $ $43.79 $10.18 $18.62 $0.00 $ /01/2017 $24.62 $10.18 $18.62 $0.00 $ $29.54 $10.18 $18.62 $0.00 $ $34.46 $10.18 $18.62 $0.00 $ $39.38 $10.18 $18.62 $0.00 $ $44.31 $10.18 $18.62 $0.00 $73.11 Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING LABORER LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE CARBIDE CORE DRILL OPERATOR CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) 06/01/2016 $43.81 $10.00 $15.15 $ /01/2016 $45.04 $10.00 $15.15 $ /01/2017 $46.03 $10.00 $15.15 $ /01/2017 $47.02 $10.00 $15.15 $ /01/2016 $36.95 $7.45 $14.00 $ /01/2016 $37.95 $7.45 $14.00 $ /01/2016 $35.80 $7.45 $14.00 $ /01/2016 $36.80 $7.45 $14.00 $ /01/2016 $35.80 $7.45 $14.00 $ /01/2016 $36.80 $7.45 $14.00 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $38.08 $9.80 $16.82 $ /01/2017 $39.05 $9.80 $16.82 $ /01/2017 $40.06 $9.80 $16.82 $ /01/2018 $41.06 $9.80 $16.82 $ /01/2018 $42.10 $9.80 $16.82 $ /01/2019 $43.13 $9.80 $16.82 $0.00 $68.96 $70.19 $71.18 $72.17 $58.40 $59.40 $57.25 $58.25 $57.25 $58.25 $52.00 $52.75 $64.70 $65.67 $66.68 $67.68 $68.72 $69.75 Page 4 of 32

20 Apprentice - CARPENTER - Zone 2 Eastern MA - 09/01/2016 $19.04 $9.80 $1.63 $0.00 $ $22.85 $9.80 $1.63 $0.00 $ $26.66 $9.80 $11.93 $0.00 $ $28.56 $9.80 $11.93 $0.00 $ $30.46 $9.80 $13.56 $0.00 $ $30.46 $9.80 $13.56 $0.00 $ $34.27 $9.80 $15.19 $0.00 $ $34.27 $9.80 $15.19 $0.00 $ /01/2017 $19.53 $9.80 $1.63 $0.00 $ $23.43 $9.80 $1.63 $0.00 $ $27.34 $9.80 $11.93 $0.00 $ $29.29 $9.80 $11.93 $0.00 $ $31.24 $9.80 $13.56 $0.00 $ $31.24 $9.80 $13.56 $0.00 $ $35.15 $9.80 $15.19 $0.00 $ $35.15 $9.80 $15.19 $0.00 $60.14 Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (WORCESTER) 01/01/2016 $44.59 $10.90 $18.71 $1.30 $75.50 Apprentice - CEMENT MASONRY/PLASTERING - Worcester - 01/01/2016 $22.30 $10.90 $12.21 $0.00 $ $26.75 $10.90 $13.71 $1.30 $ $28.98 $10.90 $14.71 $1.30 $ $31.21 $10.90 $15.71 $1.30 $ $33.44 $10.90 $16.71 $1.30 $ $35.67 $10.90 $17.71 $1.30 $ $40.13 $10.90 $18.71 $1.30 $71.04 Steps 3,4 are 500 hrs. All other steps are 1,000 hrs. Apprentice to Journeyworker Ratio:1:3 Page 5 of 32

21 CHAIN SAW OPERATOR CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES COMPRESSOR OPERATOR DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 06/01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $45.23 $10.00 $15.15 $ /01/2016 $46.48 $10.00 $15.15 $ /01/2017 $47.48 $10.00 $15.15 $ /01/2017 $48.48 $10.00 $15.15 $ /01/2016 $30.40 $10.00 $15.15 $ /01/2016 $31.27 $10.00 $15.15 $ /01/2017 $31.96 $10.00 $15.15 $ /01/2017 $32.65 $10.00 $15.15 $ /01/2016 $50.46 $7.85 $16.10 $ /01/2017 $51.41 $7.85 $16.10 $0.00 $52.00 $52.75 $70.38 $71.63 $72.63 $73.63 $55.55 $56.42 $57.11 $57.80 $74.41 $75.36 Apprentice - PAINTER Local 35 - BRIDGES/TANKS - 07/01/2016 $25.23 $7.85 $0.00 $0.00 $ $27.75 $7.85 $3.66 $0.00 $ $30.28 $7.85 $3.99 $0.00 $ $32.80 $7.85 $4.32 $0.00 $ $35.32 $7.85 $14.11 $0.00 $ $37.85 $7.85 $14.44 $0.00 $ $40.37 $7.85 $14.77 $0.00 $ $45.41 $7.85 $15.44 $0.00 $ /01/2017 $25.71 $7.85 $0.00 $0.00 $ $28.28 $7.85 $3.66 $0.00 $ $30.85 $7.85 $3.99 $0.00 $ $33.42 $7.85 $4.32 $0.00 $ $35.99 $7.85 $14.11 $0.00 $ $38.56 $7.85 $14.44 $0.00 $ $41.13 $7.85 $14.77 $0.00 $ $46.27 $7.85 $15.44 $0.00 $69.56 Steps are 750 hrs. DEMO: ADZEMAN Apprentice to Journeyworker Ratio:1:1 12/01/2015 $35.50 $7.45 $13.55 $0.00 $56.50 Page 6 of 32

22 DEMO: BACKHOE/LOADER/HAMMER OPERATOR DEMO: BURNERS DEMO: CONCRETE CUTTER/SAWYER DEMO: JACKHAMMER OPERATOR DEMO: WRECKING LABORER DIRECTIONAL DRILL MACHINE OPERATOR DIVER PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" DIVER/SLURRY (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" ELECTRICIAN ELECTRICIANS LOCAL 96 12/01/2015 $36.50 $7.45 $13.55 $ /01/2015 $36.25 $7.45 $13.55 $ /01/2015 $36.50 $7.45 $13.55 $ /01/2015 $36.25 $7.45 $13.55 $ /01/2015 $35.50 $7.45 $13.55 $ /01/2016 $43.81 $10.00 $15.15 $ /01/2016 $45.04 $10.00 $15.15 $ /01/2017 $46.03 $10.00 $15.15 $ /01/2017 $47.02 $10.00 $15.15 $ /01/2015 $60.34 $9.80 $18.17 $ /01/2015 $43.10 $9.80 $18.17 $ /01/2015 $64.65 $9.80 $18.17 $ /01/2015 $90.51 $9.80 $18.17 $ /01/2015 $39.37 $8.41 $13.68 $0.00 $57.50 $57.25 $57.50 $57.25 $56.50 $68.96 $70.19 $71.18 $72.17 $88.31 $71.07 $92.62 $ $61.46 Apprentice - ELECTRICIAN - Local 96-12/01/ $15.75 $8.41 $0.47 $0.00 $ $16.93 $8.41 $0.51 $0.00 $ $18.90 $8.41 $10.82 $0.00 $ $21.65 $8.41 $11.20 $0.00 $ $25.59 $8.41 $11.75 $0.00 $ $31.50 $8.41 $12.58 $0.00 $52.49 Steps 1-2 are 1000 hrs; Steps 3-6 are 1500 hrs. Apprentice to Journeyworker Ratio:2:3*** Page 7 of 32

23 ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 41 01/01/2016 $48.77 $14.43 $14.96 $ /01/2017 $49.90 $15.28 $15.71 $0.00 $78.16 $80.89 Apprentice - ELEVATOR CONSTRUCTOR - Local 41-01/01/2016 $24.39 $14.43 $14.96 $0.00 $ $26.82 $14.43 $14.96 $0.00 $ $31.70 $14.43 $14.96 $0.00 $ $34.14 $14.43 $14.96 $0.00 $ $39.02 $14.43 $14.96 $0.00 $ /01/2017 $24.95 $15.28 $15.71 $0.00 $ $27.45 $15.28 $15.71 $0.00 $ $32.44 $15.28 $15.71 $0.00 $ $34.93 $15.28 $15.71 $0.00 $ $39.92 $15.28 $15.71 $0.00 $70.91 Steps 1-2 are 6 mos.; Steps 3-5 are 1 year Apprentice to Journeyworker Ratio:1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 41 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR" FENCE & GUARD RAIL ERECTOR FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY FIRE ALARM INSTALLER ELECTRICIANS LOCAL 96 01/01/2016 $34.14 $14.43 $14.96 $ /01/2017 $34.93 $15.28 $15.71 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $41.37 $10.00 $15.15 $ /01/2017 $42.25 $10.00 $15.15 $ /01/2017 $42.98 $10.00 $15.15 $ /01/2018 $43.69 $10.00 $15.15 $ /01/2016 $42.82 $10.00 $15.15 $ /01/2017 $43.71 $10.00 $15.15 $ /01/2017 $44.44 $10.00 $15.15 $ /01/2018 $45.16 $10.00 $15.15 $ /01/2016 $21.98 $10.00 $15.15 $ /01/2017 $22.51 $10.00 $15.15 $ /01/2017 $22.93 $10.00 $15.15 $ /01/2018 $23.36 $10.00 $15.15 $ /01/2015 $39.37 $8.41 $13.68 $0.00 $63.53 $65.92 $52.00 $52.75 $66.52 $67.40 $68.13 $68.84 $67.97 $68.86 $69.59 $70.31 $47.13 $47.66 $48.08 $48.51 $61.46 Page 8 of 32

24 For apprentice rates see "Apprentice- ELECTRICIAN" FIRE ALARM REPAIR / MAINT/COMMISSIONING ELECTRICIANS LOCAL 96 For apprentice rates see "Apprentice- ELECTRICIAN" FIREMAN (ASST. ENGINEER) FLAGGER & SIGNALER FLOORCOVERER FLOORCOVERERS LOCAL 2168 ZONE II 12/01/2015 $39.37 $8.41 $13.68 $ /01/2016 $36.71 $10.00 $15.15 $ /01/2016 $37.75 $10.00 $15.15 $ /01/2017 $38.59 $10.00 $15.15 $ /01/2017 $39.42 $10.00 $15.15 $ /01/2016 $20.50 $7.45 $12.65 $ /01/2016 $20.50 $7.45 $12.65 $ /01/2016 $39.82 $9.80 $17.62 $0.00 $61.46 $61.86 $62.90 $63.74 $64.57 $40.60 $40.60 $67.24 Apprentice - FLOORCOVERER - Local 2168 Zone II - 03/01/2016 $19.91 $9.80 $1.79 $0.00 $ $21.90 $9.80 $1.79 $0.00 $ $23.89 $9.80 $12.25 $0.00 $ $25.88 $9.80 $12.25 $0.00 $ $27.87 $9.80 $14.04 $0.00 $ $29.87 $9.80 $14.04 $0.00 $ $31.86 $9.80 $15.83 $0.00 $ $33.85 $9.80 $15.83 $0.00 $59.48 Steps are 750 hrs. FORK LIFT/CHERRY PICKER Apprentice to Journeyworker Ratio:1:1 GENERATOR/LIGHTING PLANT/HEATERS GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) GLAZIERS LOCAL 35 (ZONE 2) 06/01/2016 $44.23 $10.00 $15.15 $ /01/2016 $45.48 $10.00 $15.15 $ /01/2017 $46.48 $10.00 $15.15 $ /01/2017 $47.48 $10.00 $15.15 $ /01/2016 $30.40 $10.00 $15.15 $ /01/2016 $31.27 $10.00 $15.15 $ /01/2017 $31.96 $10.00 $15.15 $ /01/2017 $32.65 $10.00 $15.15 $ /01/2016 $39.96 $7.85 $16.10 $ /01/2017 $40.91 $7.85 $16.10 $0.00 $69.38 $70.63 $71.63 $72.63 $55.55 $56.42 $57.11 $57.80 $63.91 $64.86 Page 9 of 32

25 Apprentice - GLAZIER - Local 35 Zone 2-07/01/2016 $19.98 $7.85 $0.00 $0.00 $ $21.98 $7.85 $3.66 $0.00 $ $23.98 $7.85 $3.99 $0.00 $ $25.97 $7.85 $4.32 $0.00 $ $27.97 $7.85 $14.11 $0.00 $ $29.97 $7.85 $14.44 $0.00 $ $31.97 $7.85 $14.77 $0.00 $ $35.96 $7.85 $15.44 $0.00 $ /01/2017 $20.46 $7.85 $0.00 $0.00 $ $22.50 $7.85 $3.66 $0.00 $ $24.55 $7.85 $3.99 $0.00 $ $26.59 $7.85 $4.32 $0.00 $ $28.64 $7.85 $14.11 $0.00 $ $30.68 $7.85 $14.44 $0.00 $ $32.73 $7.85 $14.77 $0.00 $ $36.82 $7.85 $15.44 $0.00 $60.11 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 HOISTING ENGINEER/CRANES/GRADALLS 06/01/2016 $44.23 $10.00 $15.15 $ /01/2016 $45.48 $10.00 $15.15 $ /01/2017 $46.48 $10.00 $15.15 $ /01/2017 $47.48 $10.00 $15.15 $0.00 $69.38 $70.63 $71.63 $72.63 Page 10 of 32

26 Apprentice - OPERATING ENGINEERS - Local 4-06/01/ $24.33 $10.00 $0.00 $0.00 $ $26.54 $10.00 $15.15 $0.00 $ $28.75 $10.00 $15.15 $0.00 $ $30.96 $10.00 $15.15 $0.00 $ $33.17 $10.00 $15.15 $0.00 $ $35.38 $10.00 $15.15 $0.00 $ $37.60 $10.00 $15.15 $0.00 $ $39.81 $10.00 $15.15 $0.00 $ /01/ $25.01 $10.00 $0.00 $0.00 $ $27.29 $10.00 $15.15 $0.00 $ $29.56 $10.00 $15.15 $0.00 $ $31.84 $10.00 $15.15 $0.00 $ $34.11 $10.00 $15.15 $0.00 $ $36.38 $10.00 $15.15 $0.00 $ $38.66 $10.00 $15.15 $0.00 $ $40.93 $10.00 $15.15 $0.00 $66.08 Apprentice to Journeyworker Ratio:1:6 HVAC (DUCTWORK) SHEETMETAL WORKERS LOCAL 63 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) ELECTRICIANS LOCAL 96 For apprentice rates see "Apprentice- ELECTRICIAN" HVAC (TESTING AND BALANCING - AIR) SHEETMETAL WORKERS LOCAL 63 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) PLUMBERS LOCAL 4 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC PLUMBERS LOCAL 4 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" 07/01/2016 $32.28 $10.54 $14.90 $ /01/2017 $33.03 $10.54 $14.90 $ /01/2015 $39.37 $8.41 $13.68 $ /01/2016 $32.28 $10.54 $14.90 $ /01/2017 $33.03 $10.54 $14.90 $ /01/2016 $42.76 $9.35 $14.46 $ /01/2017 $43.41 $9.35 $14.46 $ /01/2017 $44.01 $9.35 $14.46 $ /01/2018 $44.66 $9.35 $14.46 $ /01/2016 $42.76 $9.35 $14.46 $ /01/2017 $43.41 $9.35 $14.46 $ /01/2017 $44.01 $9.35 $14.46 $ /01/2018 $44.66 $9.35 $14.46 $0.00 $59.42 $60.17 $61.46 $59.42 $60.17 $66.57 $67.22 $67.82 $68.47 $66.57 $67.22 $67.82 $68.47 Page 11 of 32

27 HYDRAULIC DRILLS INSULATOR (PIPES & TANKS) HEAT & FROST INSULATORS LOCAL 6 (WORCESTER) 06/01/2016 $32.40 $7.45 $12.65 $ /01/2016 $33.15 $7.45 $12.65 $ /01/2016 $40.58 $11.75 $14.20 $ /01/2017 $42.38 $11.75 $14.20 $ /01/2018 $44.40 $11.75 $14.20 $ /01/2019 $46.65 $11.75 $14.20 $0.00 $52.50 $53.25 $66.53 $68.33 $70.35 $72.60 Apprentice - ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 Worcester - 09/01/2016 $20.29 $11.75 $10.45 $0.00 $ $24.35 $11.75 $11.20 $0.00 $ $28.41 $11.75 $11.95 $0.00 $ $32.46 $11.75 $12.70 $0.00 $ /01/2017 $21.19 $11.75 $10.45 $0.00 $ $25.43 $11.75 $11.20 $0.00 $ $29.67 $11.75 $11.95 $0.00 $ $33.90 $11.75 $12.70 $0.00 $58.35 Steps are 1 year Apprentice to Journeyworker Ratio:1:4 IRONWORKER/WELDER IRONWORKERS LOCAL 7 (WORCESTER AREA) 09/16/2016 $43.75 $7.80 $20.85 $ /16/2017 $44.35 $7.80 $20.85 $0.00 $72.40 $73.00 Page 12 of 32

28 Apprentice - IRONWORKER - Local 7 Worcester - 09/16/ $26.25 $7.80 $20.85 $0.00 $ $30.63 $7.80 $20.85 $0.00 $ $32.81 $7.80 $20.85 $0.00 $ $35.00 $7.80 $20.85 $0.00 $ $37.19 $7.80 $20.85 $0.00 $ $39.38 $7.80 $20.85 $0.00 $ /16/ $26.61 $7.80 $20.85 $0.00 $ $31.05 $7.80 $20.85 $0.00 $ $33.26 $7.80 $20.85 $0.00 $ $35.48 $7.80 $20.85 $0.00 $ $37.70 $7.80 $20.85 $0.00 $ $39.92 $7.80 $20.85 $0.00 $68.57 Structural 1:6; Ornamental 1:4 Apprentice to Journeyworker Ratio: JACKHAMMER & PAVING BREAKER OPERATOR LABORER 06/01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $0.00 $52.00 $52.75 $51.75 $52.50 Page 13 of 32

29 Apprentice - LABORER - Zone 2-06/01/ $18.99 $7.45 $12.65 $0.00 $ $22.16 $7.45 $12.65 $0.00 $ $25.32 $7.45 $12.65 $0.00 $ $28.49 $7.45 $12.65 $0.00 $ /01/ $19.44 $7.45 $12.65 $0.00 $ $22.68 $7.45 $12.65 $0.00 $ $25.92 $7.45 $12.65 $0.00 $ $29.16 $7.45 $12.65 $0.00 $49.26 Apprentice to Journeyworker Ratio:1:5 LABORER: CARPENTER TENDER LABORER: CEMENT FINISHER TENDER LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER 06/01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2015 $31.35 $7.45 $12.60 $0.00 $51.75 $52.50 $51.75 $52.50 $51.40 LABORER: MASON TENDER LABORER: MULTI-TRADE TENDER LABORER: TREE REMOVER 06/01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $0.00 This classification applies to all tree work associated with the removal of standing trees, and trimming and removal of branches and limbs when the work is not done for a utility company for the purpose of operation, maintenance or repair of utility company equipment. LASER BEAM OPERATOR MARBLE & TILE FINISHERS BRICKLAYERS LOCAL 3 (WORCESTER) - MARBLE & TILE 06/01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $38.78 $10.18 $17.78 $ /01/2017 $39.24 $10.18 $17.78 $0.00 $52.00 $52.75 $51.75 $52.50 $51.75 $52.50 $52.00 $52.75 $66.74 $67.20 Page 14 of 32

30 Apprentice - MARBLE & TILE FINISHER - Local 3 Marble & Tile - 08/01/2016 $19.39 $10.18 $17.78 $0.00 $ $23.27 $10.18 $17.78 $0.00 $ $27.15 $10.18 $17.78 $0.00 $ $31.02 $10.18 $17.78 $0.00 $ $34.90 $10.18 $17.78 $0.00 $ /01/2017 $19.62 $10.18 $17.78 $0.00 $ $23.54 $10.18 $17.78 $0.00 $ $27.47 $10.18 $17.78 $0.00 $ $31.39 $10.18 $17.78 $0.00 $ $35.32 $10.18 $17.78 $0.00 $63.28 Apprentice to Journeyworker Ratio:1:3 MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 (WORCESTER) - MARBLE & TILE 09/01/2016 $50.35 $10.18 $17.77 $ /01/2017 $50.92 $10.18 $17.77 $0.00 $78.30 $78.87 Apprentice - MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & Tile (Worc) - 09/01/2016 $25.18 $10.18 $17.77 $0.00 $ $30.21 $10.18 $17.77 $0.00 $ $35.25 $10.18 $17.77 $0.00 $ $40.28 $10.18 $17.77 $0.00 $ $45.32 $10.18 $17.77 $0.00 $ /01/2017 $25.46 $10.18 $17.77 $0.00 $ $30.55 $10.18 $17.77 $0.00 $ $35.64 $10.18 $17.77 $0.00 $ $40.74 $10.18 $17.77 $0.00 $ $45.83 $10.18 $17.77 $0.00 $73.78 Apprentice to Journeyworker Ratio:1:5 Page 15 of 32

31 MECH. SWEEPER OPERATOR (ON CONST. SITES) MECHANICS MAINTENANCE MILLWRIGHT (Zone 2) MILLWRIGHTS LOCAL Zone 2 06/01/2016 $43.81 $10.00 $15.15 $ /01/2016 $45.04 $10.00 $15.15 $ /01/2017 $46.03 $10.00 $15.15 $ /01/2017 $47.02 $10.00 $15.15 $ /01/2016 $43.81 $10.00 $15.15 $ /01/2016 $45.04 $10.00 $15.15 $ /01/2017 $46.03 $10.00 $15.15 $ /01/2017 $47.02 $10.00 $15.15 $ /01/2015 $34.69 $9.80 $16.21 $0.00 $68.96 $70.19 $71.18 $72.17 $68.96 $70.19 $71.18 $72.17 $60.70 Apprentice - MILLWRIGHT - Local 1121 Zone 2-04/01/ $19.08 $9.80 $4.48 $0.00 $ $22.55 $9.80 $13.36 $0.00 $ $26.02 $9.80 $14.18 $0.00 $ $29.49 $9.80 $14.99 $0.00 $54.28 Steps are 2,000 hours Apprentice to Journeyworker Ratio:1:5 MORTAR MIXER OILER (OTHER THAN TRUCK CRANES,GRADALLS) OILER (TRUCK CRANES, GRADALLS) OTHER POWER DRIVEN EQUIPMENT - CLASS II PAINTER (BRIDGES/TANKS) PAINTERS LOCAL 35 - ZONE 2 06/01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $22.41 $10.00 $15.15 $ /01/2016 $23.06 $10.00 $15.15 $ /01/2017 $23.57 $10.00 $15.15 $ /01/2017 $24.09 $10.00 $15.15 $ /01/2016 $26.29 $10.00 $15.15 $ /01/2016 $27.04 $10.00 $15.15 $ /01/2017 $27.64 $10.00 $15.15 $ /01/2017 $28.25 $10.00 $15.15 $ /01/2016 $43.81 $10.00 $15.15 $ /01/2016 $45.04 $10.00 $15.15 $ /01/2017 $46.03 $10.00 $15.15 $ /01/2017 $47.02 $10.00 $15.15 $ /01/2016 $50.46 $7.85 $16.10 $ /01/2017 $51.41 $7.85 $16.10 $0.00 $52.00 $52.75 $47.56 $48.21 $48.72 $49.24 $51.44 $52.19 $52.79 $53.40 $68.96 $70.19 $71.18 $72.17 $74.41 $75.36 Page 16 of 32

32 Apprentice - PAINTER Local 35 - BRIDGES/TANKS - 07/01/2016 $25.23 $7.85 $0.00 $0.00 $ $27.75 $7.85 $3.66 $0.00 $ $30.28 $7.85 $3.99 $0.00 $ $32.80 $7.85 $4.32 $0.00 $ $35.32 $7.85 $14.11 $0.00 $ $37.85 $7.85 $14.44 $0.00 $ $40.37 $7.85 $14.77 $0.00 $ $45.41 $7.85 $15.44 $0.00 $ /01/2017 $25.71 $7.85 $0.00 $0.00 $ $28.28 $7.85 $3.66 $0.00 $ $30.85 $7.85 $3.99 $0.00 $ $33.42 $7.85 $4.32 $0.00 $ $35.99 $7.85 $14.11 $0.00 $ $38.56 $7.85 $14.44 $0.00 $ $41.13 $7.85 $14.77 $0.00 $ $46.27 $7.85 $15.44 $0.00 $69.56 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (SPRAY OR SANDBLAST, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.painters LOCAL 35 - ZONE 2 07/01/2016 $41.36 $7.85 $16.10 $ /01/2017 $42.31 $7.85 $16.10 $0.00 $65.31 $66.26 Page 17 of 32

33 Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - New - 07/01/2016 $20.68 $7.85 $0.00 $0.00 $ $22.75 $7.85 $3.66 $0.00 $ $24.82 $7.85 $3.99 $0.00 $ $26.88 $7.85 $4.32 $0.00 $ $28.95 $7.85 $14.11 $0.00 $ $31.02 $7.85 $14.44 $0.00 $ $33.09 $7.85 $14.77 $0.00 $ $37.22 $7.85 $15.44 $0.00 $ /01/2017 $21.16 $7.85 $0.00 $0.00 $ $23.27 $7.85 $3.66 $0.00 $ $25.39 $7.85 $3.99 $0.00 $ $27.50 $7.85 $4.32 $0.00 $ $29.62 $7.85 $14.11 $0.00 $ $31.73 $7.85 $14.44 $0.00 $ $33.85 $7.85 $14.77 $0.00 $ $38.08 $7.85 $15.44 $0.00 $61.37 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (SPRAY OR SANDBLAST, REPAINT) PAINTERS LOCAL 35 - ZONE 2 07/01/2016 $39.42 $7.85 $16.10 $ /01/2017 $40.37 $7.85 $16.10 $0.00 $63.37 $64.32 Page 18 of 32

34 Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint - 07/01/2016 $19.71 $7.85 $0.00 $0.00 $ $21.68 $7.85 $3.66 $0.00 $ $23.65 $7.85 $3.99 $0.00 $ $25.62 $7.85 $4.32 $0.00 $ $27.59 $7.85 $14.11 $0.00 $ $29.57 $7.85 $14.44 $0.00 $ $31.54 $7.85 $14.77 $0.00 $ $35.48 $7.85 $15.44 $0.00 $ /01/2017 $20.19 $7.85 $0.00 $0.00 $ $22.20 $7.85 $3.66 $0.00 $ $24.22 $7.85 $3.99 $0.00 $ $26.24 $7.85 $4.32 $0.00 $ $28.26 $7.85 $14.11 $0.00 $ $30.28 $7.85 $14.44 $0.00 $ $32.30 $7.85 $14.77 $0.00 $ $36.33 $7.85 $15.44 $0.00 $59.62 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (TRAFFIC MARKINGS) For Apprentice rates see "Apprentice- LABORER" PAINTER / TAPER (BRUSH, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.painters LOCAL 35 - ZONE 2 06/01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $39.96 $7.85 $16.10 $ /01/2017 $40.91 $7.85 $16.10 $0.00 $51.75 $52.50 $63.91 $64.86 Page 19 of 32

35 Apprentice - PAINTER - Local 35 Zone 2 - BRUSH NEW - 07/01/2016 $19.98 $7.85 $0.00 $0.00 $ $21.98 $7.85 $3.66 $0.00 $ $23.98 $7.85 $3.99 $0.00 $ $25.97 $7.85 $4.32 $0.00 $ $27.97 $7.85 $14.11 $0.00 $ $29.97 $7.85 $14.44 $0.00 $ $31.97 $7.85 $14.77 $0.00 $ $35.96 $7.85 $15.44 $0.00 $ /01/2017 $20.46 $7.85 $0.00 $0.00 $ $22.50 $7.85 $3.66 $0.00 $ $24.55 $7.85 $3.99 $0.00 $ $26.59 $7.85 $4.32 $0.00 $ $28.64 $7.85 $14.11 $0.00 $ $30.68 $7.85 $14.44 $0.00 $ $32.73 $7.85 $14.77 $0.00 $ $36.82 $7.85 $15.44 $0.00 $60.11 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER / TAPER (BRUSH, REPAINT) PAINTERS LOCAL 35 - ZONE 2 07/01/2016 $38.02 $7.85 $16.10 $ /01/2017 $38.97 $7.85 $16.10 $0.00 $61.97 $62.92 Page 20 of 32

36 Apprentice - PAINTER Local 35 Zone 2 - BRUSH REPAINT - 07/01/2016 $19.01 $7.85 $0.00 $0.00 $ $20.91 $7.85 $3.66 $0.00 $ $22.81 $7.85 $3.99 $0.00 $ $24.71 $7.85 $4.32 $0.00 $ $26.61 $7.85 $14.11 $0.00 $ $28.52 $7.85 $14.44 $0.00 $ $30.42 $7.85 $14.77 $0.00 $ $34.22 $7.85 $15.44 $0.00 $ /01/2017 $19.49 $7.85 $0.00 $0.00 $ $21.43 $7.85 $3.66 $0.00 $ $23.38 $7.85 $3.99 $0.00 $ $25.33 $7.85 $4.32 $0.00 $ $27.28 $7.85 $14.11 $0.00 $ $29.23 $7.85 $14.44 $0.00 $ $31.18 $7.85 $14.77 $0.00 $ $35.07 $7.85 $15.44 $0.00 $58.36 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PANEL & PICKUP TRUCKS DRIVER TEAMSTERS JOINT COUNCIL NO. 10 ZONE B PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND DECK) PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" PILE DRIVER PILE DRIVER LOCAL 56 (ZONE 2) 12/01/2012 $30.28 $9.07 $8.00 $ /01/2013 $37.01 $9.80 $18.17 $ /01/2013 $37.01 $9.80 $18.17 $0.00 $47.35 $64.98 $64.98 Apprentice - PILE DRIVER - Local 56 Zone 2-09/01/ $0.00 $0.00 $0.00 $0.00 $0.00 Apprentice wages shall be no less than the following Steps; (Same as set in Zone 1) 1$50.05/2$54.25/3$58.46/4$60.56/5$62.66/6$62.66/7$66.87/8$66.87 Apprentice to Journeyworker Ratio:1:3 Page 21 of 32

37 PIPELAYER PLUMBER & PIPEFITTER PLUMBERS LOCAL 4 06/01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $42.76 $9.35 $14.46 $ /01/2017 $43.41 $9.35 $14.46 $ /01/2017 $44.01 $9.35 $14.46 $ /01/2018 $44.66 $9.35 $14.46 $0.00 $52.00 $52.75 $66.57 $67.22 $67.82 $68.47 Apprentice - PLUMBER/PIPEFITTER - Local 4-09/01/ $17.10 $9.35 $0.00 $0.00 $ $21.38 $9.35 $0.00 $0.00 $ $25.66 $9.35 $0.00 $0.00 $ $29.93 $9.35 $4.75 $0.00 $ $34.21 $9.35 $4.75 $0.00 $ /01/ $17.36 $9.35 $0.00 $0.00 $ $21.71 $9.35 $0.00 $0.00 $ $26.05 $9.35 $0.00 $0.00 $ $30.39 $9.35 $4.75 $0.00 $ $34.73 $9.35 $4.75 $0.00 $48.83 Steps hrs;step 4 w/license-75;step 5 w/license-85 Step 4 with lic$46.17 Step 5 with lic$50.45 Apprentice to Journeyworker Ratio:1:3 PNEUMATIC CONTROLS (TEMP.) PLUMBERS LOCAL 4 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" PNEUMATIC DRILL/TOOL OPERATOR POWDERMAN & BLASTER POWER SHOVEL/DERRICK/TRENCHING MACHINE 09/01/2016 $42.76 $9.35 $14.46 $ /01/2017 $43.41 $9.35 $14.46 $ /01/2017 $44.01 $9.35 $14.46 $ /01/2018 $44.66 $9.35 $14.46 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $33.40 $7.45 $12.65 $ /01/2016 $44.23 $10.00 $15.15 $ /01/2016 $45.48 $10.00 $15.15 $ /01/2017 $46.48 $10.00 $15.15 $ /01/2017 $47.48 $10.00 $15.15 $0.00 $66.57 $67.22 $67.82 $68.47 $52.00 $52.75 $52.75 $53.50 $69.38 $70.63 $71.63 $72.63 Page 22 of 32

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates DEVAL L. PATRICK Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates Lt. Massachusetts General Laws, Chapter, Sections to H Bearse's Way, Hyannis, MA Construction ( AXLE) DRIVER - EQUIPMENT /0/00 $.0 0/0/0 $.0 0/0/0 $.00 /0/0 $.0 0/0/0 $.0 0/0/0 $.0 /0/0 ( AXLE) DRIVER

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Attached please find the prevailing wage rates for the Fire & EMS Headquarters project per your request. Thanks,

Attached please find the prevailing wage rates for the Fire & EMS Headquarters project per your request. Thanks, From: To: Subject: Date: Attachments: Forsberg, Kristen "mifwa@aol.com" FW: Public Records Request : For Certified Payroll Records on Fernandes Masonry Inc. for their work on the New Leicester Fire Station

More information

Prevailing Wage Rates

Prevailing Wage Rates DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

INVITATION FOR BID (IFB)

INVITATION FOR BID (IFB) ADDENDUM No.1 for INVITATION FOR BID (IFB) On Call Electrician TOWN OF LONGMEADOW MASSACHUSETTS March 25, 2015 1 This document serves as Addendum No.1 for the Invitation for Bid (IFB) for On Call Electrician.

More information

Prevailing Wage Rates

Prevailing Wage Rates Lieutenant Massachusetts General Laws, Chapter 9, Sections to H Construction ( AXLE) DRIVER - EQUIPMENT 0/0/00 $.0 /0/00 $.0 0/0/0 $.0 /0/0 $.0 0/0/0 $.90 /0/0 $.0 ( AXLE) DRIVER - EQUIPMENT 0/0/00 $.900

More information

Prevailing Wage Rates

Prevailing Wage Rates CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined

More information

Addendum to Request For Bid: Request for Bid: Cisco Network Infrastructure Refresh. Project No. IT June 28, 2018

Addendum to Request For Bid: Request for Bid: Cisco Network Infrastructure Refresh. Project No. IT June 28, 2018 Addendum to Request For Bid: Request for Bid: Cisco Network Infrastructure Refresh Project No. IT- 010-18 June 28, 2018 This Addendum shall be considered part of the bid documents for the above-mentioned

More information

Request for Bids LINE PAINTING. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids LINE PAINTING. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids LINE PAINTING Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Donald Cerrone, Chairman John M. Walsh, Vice Chairman Michael S. Thompson, Member REQUEST FOR BIDS (RFB) FOR

More information

MIDDLEBOROUGH GAS & ELECTRIC DEPARTMENT. Invitation to Bid. CONCRETE SLAB for. Enclosed 2 MW Natural Gas Generator

MIDDLEBOROUGH GAS & ELECTRIC DEPARTMENT. Invitation to Bid. CONCRETE SLAB for. Enclosed 2 MW Natural Gas Generator MIDDLEBOROUGH GAS & ELECTRIC DEPARTMENT Invitation to Bid CONCRETE SLAB for Enclosed 2 MW Natural Gas Generator Bid Due Date: Wednesday, May 27, 12:00 P.M. Administration Office 32 South Main Street Middleborough,

More information

EXTERIOR RENOVATIONS TROPICAL RAINFOREST BUILDING CAPRON PARK ZOO 201 County Street, Attleboro, MA 02703

EXTERIOR RENOVATIONS TROPICAL RAINFOREST BUILDING CAPRON PARK ZOO 201 County Street, Attleboro, MA 02703 BID ITEM: EXTERIOR RENOVATIONS TROPICAL RAINFOREST BUILDING CAPRON PARK ZOO 201 County Street, Attleboro, MA 02703 DATE DUE: WEDNESDAY, MARCH 14, 2018 TIME: 11:00 A.M. STANDARD INSTRUCTIONS TO BIDDERS

More information

Notice to Contractors-Request for Solicited proposals/quotes

Notice to Contractors-Request for Solicited proposals/quotes Notice to Contractors-Request for Solicited proposals/quotes General Bidders before 2:00 p.m. on May 31, 2017 University of Massachusetts Amherst Project number: UMA17-30 Estimated Cost: $28,000.00 Title:

More information

Pioneer Valley Planning Commission

Pioneer Valley Planning Commission Pioneer Valley Planning Commission REQUEST FOR PRICE QUOTATIONS Linkages for the Highlands Footpath in Chester-Blandford State Forest, Massachusetts: Design and permit bridge crossing at Sanderson Brook

More information

INVITATION TO BID. John Eager Howard Elementary School Secondary Telecom Package 16B Linden Ave Abingdon, MD 21009

INVITATION TO BID. John Eager Howard Elementary School Secondary Telecom Package 16B Linden Ave Abingdon, MD 21009 INVITATION TO BID J. VINTON SCHAFER & SONS, INC. 1309-Q Continental Drive Abingdon, MD 21009 P 410.335.3000 F 410.335.6529 mail@jvschafer.com jvschafer.com PROJECT: BID DATE / TIME: PROJECT LOCATION: John

More information

Section PREVAILING WAGE RATE DETERMINATION & REQUIREMENTS

Section PREVAILING WAGE RATE DETERMINATION & REQUIREMENTS Section 00950 PREVAILING WAGE RATE DETERMINATION & REQUIREMENTS PREVAILING WAGE RATE DETERMINATION & REQUIREMENTS 00950-1 STATE OF MARYLAND Maryland Stadium Authority Capital Projects Development Group

More information

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package INVITATION TO BID PROJECT: Lyndhurst Elementary School Secondary Technology Package BID DUE DATE: AUGUST 23, 2017 TIME:

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

STATE OF MARYLAND 11/01/2016 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED. Re: Arnold Elementary School Replacement Project No: 17CN-Arnold Elem

STATE OF MARYLAND 11/01/2016 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED. Re: Arnold Elementary School Replacement Project No: 17CN-Arnold Elem 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 11/01/2016 REQUEST

More information

STATE OF MARYLAND 09/18/2017 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

STATE OF MARYLAND 09/18/2017 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 09/18/2017 REQUEST

More information

HYNES CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING

HYNES CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING REQUEST FOR QUOTES John B. Hynes Veterans Memorial Convention Center Boston, Massachusetts HYNES CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING January 11, 2017 Site Visit: 10 a.m., January 18, 2017

More information

WORCESTER HOUSING AUTHORITY

WORCESTER HOUSING AUTHORITY WORCESTER HOUSING AUTHORITY INVITATION FOR BIDS NO. 11-04 ANNUAL ASBESTOS FLOOR TILE REMOVAL RELEASE DATE: March 24, 2011 PRE-BID CONFERENCE: March 31, 2011, 10:00 a.m. 81 Tacoma St. BID SUBMITTAL DATE:

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

Addendum No. 2 March 20, 2018

Addendum No. 2 March 20, 2018 HARBOUR VIEW WWTP ENR UPGRADE Cecil County, Maryland Addendum No. 2 March 20, 2018 TO ALL PROSPECTIVE BIDDERS: Please note the following changes, additions, and information presented herein, in connection

More information

PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT DEPARTMENT CONTRACT/SOLICITATION NO. CD5170D11

PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT DEPARTMENT CONTRACT/SOLICITATION NO. CD5170D11 PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT DEPARTMENT CONTRACT/SOLICITATION NO. CD5170D11 PISCATAWAY SECONDARY CLARIFIERS AND POLYMER FEED SYSTEM UPGRADE AND EXPANSION SPECIAL CONDITIONS

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

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

STATE OF MARYLAND REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

STATE OF MARYLAND 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 March 26, 2012 REQUEST

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

PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE SPECIAL CONDITIONS

PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE SPECIAL CONDITIONS PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE SPECIAL CONDITIONS Part III, Page 1 of 8 SPECIAL CONDITIONS (Amending General Condition Articles 1 and 14) REMOVE paragraph designations

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

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

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

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

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: 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

PREVAILING WAGES PROJECT RATES. Lancaster County

PREVAILING WAGES PROJECT RATES. Lancaster County Project Name: Audio Visual Installations and Upgrades Awarding Agency: Harrisburg Area Community College Contract Award : 11/7/2012 Serial Number: 12-05802 Project Classification: Determination : 10/9/2012

More information

All Users of the City of Denver Prevailing Wage Schedules

All Users of the City of Denver Prevailing Wage Schedules Office of Human Resources Denver s Human Resource Agency 201 W. Colfax, Department 412 Denver, CO 80202 p: 720.913.5751 f: 720.913.5720 www.denvergov.org/humanresources TO: FROM: All Users of the City

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

PREVAILING WAGES PROJECT RATES. Lehigh County

PREVAILING WAGES PROJECT RATES. Lehigh County Project Name: SECURITY SYSTEM - REGION #2 Awarding Agency: LIQUOR CONTROL BOARD Contract Award : 7/31/2011 Serial Number: 11-03127 Project Classification: Determination : 5/5/2011 Assigned Field Office:

More information

PREVAILING WAGES PROJECT RATES. Lancaster County

PREVAILING WAGES PROJECT RATES. Lancaster County Project Name: Exterior Siding Repairs & Painting to Yellow Barn Awarding Agency: PHMC Contract Award : 4/1/2015 Serial Number: 15-01137 Project Classification: Determination : 2/23/2015 Assigned Field

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

Page 1 REQUEST FOR WRITTEN PROPOSAL

Page 1 REQUEST FOR WRITTEN PROPOSAL PARKS AND RECREATION DEPARTMENT 9355 E. Stockton Blvd., Suite 185 Elk Grove, CA 95624 (916) 405-5600 www.yourcsd.com REQUEST FOR WRITTEN PROPOSAL TO: ALL PROSPECTIVE BIDDERS DATE: December 1, 2016 PROJECT

More information

Ventilation and Smoke Control Fan Upgrades ADDENDUM NUMBER ONE

Ventilation and Smoke Control Fan Upgrades ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com February 5, 2016 Ventilation and Smoke Control Fan Upgrades CONTRACT NO.201525649 ADDENDUM

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

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

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

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

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

All Users of the City of Denver Prevailing Wage Schedules

All Users of the City of Denver Prevailing Wage Schedules Office of Human Resources Denver s Human Resource Agency 201 W. Colfax, Department 412 Denver, CO 80202 p: 720.913.5751 f: 720.913.5720 www.denvergov.org/csa TO: FROM: All Users of the City of Denver Prevailing

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

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

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

PREVAILING WAGES PROJECT RATES. Lackawanna County

PREVAILING WAGES PROJECT RATES. Lackawanna County Project Name: Lackawanna County Children's Library Roof and HVAC Awarding Agency: County of Lackawanna Contract Award : 10/10/2015 Serial Number: 15-05390 Project Classification: Determination : 9/1/2015

More information

Missouri Division of Labor Standards

Missouri Division of Labor Standards Missouri Division of Labor Standards WAGE AND HOUR SECTION ERIC R. GREITENS, Governor Annual Wage Order No. 25 Section 096 ST. LOUIS CITY In accordance with Section 290.262 RSMo 2000, within thirty (30)

More information

PREVAILING WAGES PROJECT RATES. Chester County

PREVAILING WAGES PROJECT RATES. Chester County Project Name: Category6 Network Wiring Project Awarding Agency: Downingtown Area School District Contract Award : 5/13/2015 Serial Number: 15-02911 Project Classification: Determination : 4/29/2015 Assigned

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

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

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT Issuance Date: March 24, 2016 Closing Date: March 31, 2016 APPROVED

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

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

PREVAILING WAGES PROJECT RATES. Lycoming County

PREVAILING WAGES PROJECT RATES. Lycoming County Project Name: Install New Windows and Doors in PGC North Central Office Awarding Agency: PA Game Commission Contract Award : 5/17/2012 Serial Number: 12-02786 Project Classification: Determination : 4/25/2012

More information

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27 Page 1 of 5 Request for Proposal 2014.11.01 Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27 Notice to prospective venders: The Berryville

More information

Westerly Housing Authority, 5 Chestnut Street, Westerly, RI, INVITATION TO BID

Westerly Housing Authority, 5 Chestnut Street, Westerly, RI, INVITATION TO BID Westerly Housing Authority, 5 Chestnut Street, Westerly, RI, 02891 Client INVITATION TO BID Name: Carlos Lopez, Executive Director Town of Westely Housng Authority Address: 5 Chestnut Street, Westerly,

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

Information Bulletin Occupational Classifications

Information Bulletin Occupational Classifications Information Bulletin Occupational Classifications The Connecticut Department of Labor has the responsibility to properly determine "job classification" on prevailing wage projects covered under C.G.S.

More information

PREVAILING WAGES PROJECT RATES. Schuylkill County

PREVAILING WAGES PROJECT RATES. Schuylkill County Project Name: Cabling Project Awarding Agency: Pottsville Area School District Contract Award : 3/18/2015 Serial Number: 15-01236 Project Classification: Determination : 2/28/2015 Assigned Field Office:

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

1993 Specifications Contract No SPECIAL SPECIFICATION ITEM Concrete Surface Preparation For Cathodic Protection System Application

1993 Specifications Contract No SPECIAL SPECIFICATION ITEM Concrete Surface Preparation For Cathodic Protection System Application 1993 Specifications Contract No. 6033-36-001 SPECIAL SPECIFICATION ITEM 7182 Concrete Surface Preparation For Cathodic Protection System Application 1. Description. This Item shall govern for the providing

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

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

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

CITY OF JOPLIN, MISSOURI

CITY OF JOPLIN, MISSOURI CITY OF JOPLIN, MISSOURI BID PACKAGE 2016-07 For Memorial Hall Elevator Repairs And Modernization JOPLIN PARKS DEPARTMENT 3010 W. FIRST STREET JOPLIN, MO 64801 (417) 624-6937 1 Notice to Contractors Notice

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

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

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

Wastewater Treatment Plant Dewatering Pad

Wastewater Treatment Plant Dewatering Pad Community Development Department Engineering Division Wastewater Treatment Plant Dewatering Pad Project #: 2017-06 Bid Date: December 19, 2018 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan

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

Attachment A Repair Knee Brace on High Arch Salt Building Fayette County, Mill Run Stockpile #24 Project # Building #PA

Attachment A Repair Knee Brace on High Arch Salt Building Fayette County, Mill Run Stockpile #24 Project # Building #PA I. Base Bidding Requirements This is a Base Bid project; the following describes the Base Bid requirements. Contractors are to provide bids for Base Bid #1. A. BASE BID #1: II. Work Included The following

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

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

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

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

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

Jurisdictional Assignments. Laborers Local Union 1184, Riverside. Mallard Construction Inc./Striping and Pavement Marking

Jurisdictional Assignments. Laborers Local Union 1184, Riverside. Mallard Construction Inc./Striping and Pavement Marking San Diego Unified School District Project Stabilization Agreement (PSA) Pre-Job Conference Form REVISED: 06/01/2016 General Contractor Information Prime Contractor: Ramona Paving and Construction Corp.

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

MPA Project No. L1429-C1 Project Title: Terminal C Enhancements Location: Logan International Airport

MPA Project No. L1429-C1 Project Title: Terminal C Enhancements Location: Logan International Airport MPA Project No. L1429-C1 Project Title: Terminal C Enhancements Location: Logan International Airport RESPONSES TO QUESTIONS and/or RFI s Date: 6/1/2018 The attention of Contractors submitting Filed Sub-Bids

More information

STATE OF MICHIGAN Prevailing Wages PO Box Lansing, MI Informational Sheet: Prevailing Wages on State Projects

STATE OF MICHIGAN Prevailing Wages PO Box Lansing, MI Informational Sheet: Prevailing Wages on State Projects RICK. SNYDER GOVERNOR STATE OF MICHIGAN Prevailing Wages PO Box 30476 Lansing, MI 48909 517-284-7800 Informational Sheet: Prevailing Wages on State Projects REQUIREMENTS OF THE PREVAILING WAGES ON STATE

More information

APPRENTICESHIP. Procurement

APPRENTICESHIP. Procurement APPRENTICESHIP Procurement The Nova Scotia Apprenticeship Agency engages Nova Scotia employers and industry; designates trades for apprenticeship training and certification; registers and monitors apprenticeship

More information

PREVAILING WAGES PROJECT RATES. Dauphin County

PREVAILING WAGES PROJECT RATES. Dauphin County Project Name: HVAC Cooling Tower Replacement Awarding Agency: Susquehanna Regional Airport Authority Contract Award : 4/22/2016 Serial Number: 16-02549 Project Classification: Determination : 4/13/2016

More information