West Campus Residence Hall Window Sill & Sealant Repairs Project Number: SCSU Bid No.: SBE-17-SCSU-03

Size: px
Start display at page:

Download "West Campus Residence Hall Window Sill & Sealant Repairs Project Number: SCSU Bid No.: SBE-17-SCSU-03"

Transcription

1 Facilities Planning Department 615 Fitch Street, Hamden, CT Tel (203) Fax (203) West Campus Residence Hall Window Sill & Sealant Repairs Project Number: SCSU Bid No.: SBE-17-SCSU-03 ADDENDUM NO. 1 October 4, 2017 TO: Prospective Contractors of Record FROM: REFERENCE: Paul F. Loescher, Director of Facilities Planning and Architectural Services Richard L. Glasson, Purchasing Assistant Procurement, Southern Connecticut State University 501 Crescent Street, New Haven, CT Tel Proposal Documents For: West Campus Residence Hall Window Sill & Sealant Repairs Project Numbers: SCSU Bid No.: SBE-17-SCSU-03 This Addendum forms a part of the contract documents and modifies the original proposal documents, Dated September 13, Item 1 CLARIFICATION DRAWINGS AND PROJECT MANUAL FOR BIDDERS: To ensure that all prospective bidders have a complete set of the drawings and Project Manual, all firms who wish to bid on the project must buy the drawings and project Manuals from SCSU. Refer to the Objective Criteria for Evaluating Qualifications of Bidders for the bidders/contractor qualifications for bidding and for actually doing the work described in the documents. The University has very strict requirements that a contractor must have the experience and capability to do the work. The Owner will consider requests for equals or substitutions if made prior to the Receipt of the Competitive Bid. The information on all materials shall be consistent with the information in the specifications. Bids are not limited to contractors that are registered with DAS small business set-aside program. Page 1 of 4

2 West Campus Residence Hall Window Sill & Sealant Repairs Project Number: SCSU Bid No.: SBE-17-SCSU-03 ADDENDUM NO. 1 October 4, 2017 Item 2 PROJECT MANUAL, DIVISION 0, BID DOCUMENTS, Add: Prevailing Wage Rates/Footnotes, Dated September 12, 2017 for this project. Item 3 PROJECT MANUAL, DIVISION 0, BID DOCUMENTS, SECTION , BID PROPOSAL FORM Delete: Bid Proposal Form Substitute: Revised Bid Proposal Form Item 3 PROJECT MANUAL, DIVISION 0, BID DOCUMENTS, Add: Prevailing Wage Rates/Footnotes, Dated September 12, 2017 for this project. Item 4 PROJECT MANUAL DIVISION 0, BID DOCUMENTS Comment: The specifications state the contractor must be DAS prequalified. Please provide the DAS category that the contractor must be prequalified in. Response: Refer to Legal Notice for acceptable prequalified categories. Item 5 PROJECT MANUAL, DIVISION 01, GENERAL REQUIREMENTS SECTION, PRICE AND PAYMENT PROCEDURES Refer to Division 01 General Requirements, Section Price and Payment Procedures Add: Subsection Unit Prices General and Subsection Unit Price Schedule Alterations. Item 6 PROJECT MANUAL, DIVISION 4, MASONRY SECTION CAST STONE Comment: Section A.2 states Inspect membrane flashing and replace any membrane which shows evidence of damage, deterioration or failure including failed adhesion or sagging. Response: Refer to Division 1 General Requirements: Unit Prices; for work related to replacement of damaged, deteriorated or failed flashing. Comment: Section A.4 states Prior to resetting precast sills, inspect sills for evidence of damage including cracks, spalls and chips resulting from removal. All damaged sills are to be replaced to match existing. Response: There is no known evidence of damage/deterioration at existing sills. If damaged/deteriorated sills are discovered, contractor to notify Project Administrator and Architect immediately to document conditions prior to removal of sill. If a sill is damaged during removal, storage or reinstallation, the contractor shall assume the cost for replacement of the sill. Page 2 of 4

3 West Campus Residence Hall Window Sill & Sealant Repairs Project Number: SCSU Bid No.: SBE-17-SCSU-03 ADDENDUM NO. 1 October 4, 2017 Item 7 PROJECT MANUAL, DIVISION 7 THERMAL AND MOISTURE PROTECTION SECTION JOINT SEALANT. Question: Can we use a soft rod backer rod in place of the Sillseal 600 specified in Section A.1? Response: Sillseal 600 to be used where compressible filler indicated on drawings. Item 8: DRAWINGS, SHEET A201, A202 and A203 Elevations Question: What is the scope of work for the first floor windows (total 10) that are not considered typical but are show requiring repair. There is a repair indication line present at the sill, head, or both, but nothing indicates what the repair is. Response: Scope of work for non-typical windows has been clarified on Contract drawings. Delete: Drawing A201 South and East Elevations Drawing A202 North and West Elevations Drawing A203 - South, East and West End/Side Wall Elevations Substitute: Drawing A201 South and East Elevations, Revision 1, Addendum No.1 Scope Clarification, dated 9/30/17. Drawing A202 - North and West Elevations, Revision 1, Addendum No.1 Scope Clarification, dated 9/30/17 Drawing A203 - South, East and West End/Side Wall Elevations, Revision 1 Addendum No.1 Scope Clarification, dated 9/30/17 Item 9: DRAWINGs, SHEET A501 Enlarged Window Elevations Questions: Who removes the screens on the windows in order to install the protective film? Response: The contractor shall carry in their bid, all costs associated with the removal, storage and reinstallation of window screens at windows designated to receive mirrored film. The University shall provide access to interior space to facilitate screen removal. Item 10: DRAWINGS SHEET A502 DETAILS DETAIL 4/A502 PROPOSED WINDOW DETAIL AT BRICK Comment: The existing conditions show that every brick under the sill have been modified and cut in order to fit the brick bond. Please confirm that we may cut and modify the brick to fit the brick bond and that custom shapes are not required. Response: Detail indicates new bottom 3 courses of brick to match existing, cut top brick to allow for expansion. Page 3 of 4

4

5 SECTION REVISED BID PROPOSAL FORM PAGE 1 OF 15 STATE OF CONNECTICUT SOUTHERN CONNECTICUT STATE UNIVERSITY BID PROPOSAL FORM BID NUMBER: SBE-17-SCSU-03 PROJECT TITLE: WEST CAMPUS RESIDENCE HALL WINDOW SILL & SEALANT REPAIRS PROJECT NUMBER: SCSU DATE: October 11, 2017 DATE: PROPOSAL OF BIDDER'S NAME BIDDER'S ADDRESS Dear Sir: 1.0 In accordance with Chapter 60 Part II of the Connecticut General Statutes, as amended, and pursuant to, and in compliance with your Invitation to Bid, the Notice to Bidders, the Contract, including the conditions thereto, the Bid Security, I (we) propose to furnish the labor and/or materials, installed as required for the project named and numbered on this Bid Proposal Form, submitted herein, furnishing all necessary equipment, machinery, tools, labor and other means of construction, and all materials specified in the manner and at the time prescribed strictly in accordance with the provisions of the Contract including, but not limited to, the specifications and/or drawings together with all addenda issued by our authority and received prior to the scheduled closing time for the receipt of the bids, and in conformity with requirements of the Awarding Authority and any laws or Departmental regulations of the State of Connecticut or of the United States which may affect the same, for and in consideration of the price(s) stated on the said Bid Proposal Form, hereof. 2.0 The Lump Sum Base Bid by me (us) on the Bid Proposal Form includes all work indicated on the drawings and/or described in the specifications, except: 2.1 Special Unit Prices - NOT APPLICABLE FOR THIS PROJECT. 2.2 Allowances - NOT APPLICABLE FOR THIS PROJECT. 2.3 Supplemental Bids - NOT APPLICABLE FOR THIS PROJECT. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

6 SECTION REVISED BID PROPOSAL FORM PAGE 2 OF I (we) acknowledge and agree to the following: To Use and accept: 3.1 Unit Prices Membrane flashing Repair (Section Cast Stone). 3.2 Special Unit Prices - NOT APPLICABLE FOR THIS PROJECT. 3.3 Allowances - NOT APPLICABLE FOR THIS PROJECT. 3.4 Supplemental Bids - NOT APPLICABLE FOR THIS PROJECT. 4.0 This Bid Proposal Form is submitted to and in compliance with the foregoing and following conditions and/or information: 4.1 AWARD All proposals shall be subject to provisions of the Notice to Bidders and for purpose of award, consideration shall be given only to Proposals submitted by qualified and responsible bidders The award shall be evaluated using the lowest Total Lump Sum Bid as stated in Section 7.3 of this Bid Proposal Form, and any or all Supplemental Bids as stated in Section 7.5 of this Bid Proposal Form, taken sequentially, as applicable, provided funds are available. The award will also be made based on the Objective Criteria for Evaluation of Qualifications of Bidders In the event of any discrepancy between the amount written in words and the amount written in numerical figures, the amount written in words shall be controlling. 4.2 COMMENCEMENT AND FINAL COMPLETION OF WORK:(ARTICLE 4 GENERAL CONDITIONS) The General Contractor shall commence Work, (Including any or all Supplemental Bids, if accepted) within five calendar (5) days, after issuance of Purchase Order The work is to be completed in one (1) phase as noted in the drawings. A Purchase Order will be issued soon after the lowest qualified bid is accepted. Work shall begin at the West Campus Residence Hall on approximately October 23, 2017, and Substantial Completion for the work at the building for the Window Sill & Sealant Repairs is To Be Determined (TBD). The construction schedule and calendar day duration will be determined based on time required to perform the window sill and sealant repairs at representative windows. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

7 SECTION REVISED BID PROPOSAL FORM PAGE 3 OF LIQUIDATED DAMAGES: (ARTICLE 8, GENERAL CONDITIONS) The General Contractor shall be assessed ($300.00) Three Hundred Dollars in Liquidated Damages, per day for each calendar day beyond the Date given for Final Completion of the Contract according to the two Contract Times given above. 4.4 CONTRACTORS INSURANCE REQUIRED: The limits of liability for the Insurance required for this project shall be those listed in Section 00300, Certificate of Insurance, for projects under $500, SPECIAL HAZARDS INSURANCE REQUIRED: Type "C" Collapse Type "X" Explosion Type "U" Underground BUILDERS RISK INSURANCE REQUIRED: Fire and Extended Coverage on a percent basis (Completed Value Form) on the insurable portion of the entire project. The policy or policies shall specifically state that they are for the benefit of and payable to, Southern Connecticut State University, the contractor, and all persons furnishing labor or labor and materials for the contract work, as their interests may appear. 4.5 The General Contractor on this project shall be required to perform not less than 25% of the completed Contract Sum of the Work with its own forces State of Connecticut Set-Aside Program: The Proposer on this project shall be required to award not less than 25% of the total Contract Value to small businesses certified by the Department of Administrative Services - and further requires contractors to subcontract 25% of that 25% or 6.25% of the total Contract Value to minority and women owned set-aside contractors certified by the Department of Administrative Services.. Note that the percentage of work to be self-performed by the General Contractor cannot be used to accomplish the requirement for the set-aside subcontractors. These statutory goals represent the minimum values expected to be achieved by this program under Connecticut General Statutes Section 4a-60g. Participating contractor list may be obtained by going to Exceptions: If a project involves a specialty trade, for which no registered contractor can qualify to submit a bid, then the Owner can award a contract to a non-registered contractor. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

8 SECTION REVISED BID PROPOSAL FORM PAGE 4 OF 15 If a project involves a specialty trade, for which no registered contractor can qualify as a subcontractor, then the Owner can waive the 6.25% of the total Contract Value for the MBE requirement This requirement must be met even if the General Contractor is certified and eligible to participate in the Small Business Set-Aside Program. To facilitate compliance with this requirement for set aside subcontractors, apparent low bidder will have ten (10) calendar days from the date of notification within which to submit a list of certified set aside contractors to be used on this project along with the dollar amounts to be paid to each, on the forms provided, and a copy of their current certification must be attached. This information will be considered as part of your Bid Proposal Form and failure to comply with any portion of this requirement within the ten (10) days, including but not limited to failure to list or meet the necessary dollar amount or percentage of the bid price will be cause to reject your bid Schedules & Certified and eligible Minority Business Enterprise subcontractor NOTE: THIS INFORMATION DOES NOT HAVE TO BE SUBMITTED NOW AS PART OF THE BID FORM. AS NOTED IN SECTION 4.5.2, THE APPARENT LOW BIDDER WILL HAVE TEN (10) CALENDAR DAYS FROM THE DATE OF NOTIFICATION WITHIN WHICH TO SUBMIT THIS INFORMATION TO PROCUREMENT. NO CONTRACT WILL BE AWARDED UNTIL THIS INFORMATION HAS BEEN RECEIVED FROM THE LOWEST QUALIFIED BIDDER. SCHEDULE LISTED WOMEN OR MINORITY BUSINESS ENTERPRISES 1. Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Certification Exp. Date:: West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

9 SECTION REVISED BID PROPOSAL FORM PAGE 5 OF Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Certification Exp. Date:: 3. Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Certification Exp. Date:: West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

10 SECTION REVISED BID PROPOSAL FORM PAGE 6 OF Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Certification Exp. Date:: West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

11 SECTION REVISED BID PROPOSAL FORM PAGE 7 OF 15 SCHEDULE SET-ASIDE WORKSHEET Subcontractor Name Class of Work 1 $ SB E MBE/WBE General Contractor Self- Preforming $$ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 8 $ Subcontract 9 Prime Contractor Total 0 10 SBE Subtotal Add SBE subcontract amounts from above list and enter at right. $ 11 MBE/WBE Subtotal Add MBE/WBE subcontract amounts from the $ list and enter total to the right 12 Contract Value Enter total lump sum base bid and accepted supplemental bidsfrom bid submittal form. $ Prime Contractor % and $$$$ 13 Must be minimum 25% of line 12 % Divide line 10 by line 12. Enter % to the right 14 SBE Percentage Must be minimum 25% of line 12 % 15 MBE/WBE Percentage Divide line 11 by line 14. Enter % to the right. Must be minimum 6.25% of line 12 % Vendor Company Name Authorized signature Date West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

12 SECTION REVISED BID PROPOSAL FORM PAGE 8 OF BIDDERS' QUALIFICATIONS STATEMENT AND OBJECTIVE CRITERIA FOR EVALUATING QUALIFICATIONS OF BIDDERS: Information in regards to the General Contractors and the Named Subcontractors Bidders Qualification Statements is submitted and is made part of this Bid Proposal Form The General Contractor is required to complete the CHRO Contract Compliance Regulations & Bidder Qualification Statement (SCSU-4F) Any Named Subcontractor as listed in schedule of this Bid Proposal Form is required to complete the CHRO Contract Compliance Regulations & Bidder Qualification Statement (SCSU-4F). To facilitate compliance with this requirement, the apparent low bidder will have ten (10) calendar days, from notification by the University, to submit the completed forms for the Named Subcontractor Bidders. This information will be considered as part of your Bid Proposal Form and failure to comply with any portion of this requirement will be cause to reject your bid The Objective Criteria For Evaluating Bidders, that are included in the Contract Documents of this project, is to assure that State of Connecticut will secure the "lowest responsible and qualified bidder" who has the ability and capacity to successfully complete the Bid Proposal Form and the Work. 4.7 NONDISCRIMINATION AND LABOR RECRUITMENT: I (we) agree that the Contract awarded for this project shall be subject to Executive Orders No. Three & Seventeen, promulgated June 16, 1971 and February 15, 1973 respectively and to the Guidelines and Rules of the State Labor Commissioner implementing Executive Order No. Three and further agree to submit reports of Compliance Staffing on Labor Department Form E.O. 3-1, when and as requested. 4.8 FEDERAL & STATE WAGE DETERMINATIONS: The U. S. Secretary of Labor's latest decision, and the State of Connecticut Wage Schedule are all incorporated in the documents. The higher rate (Federal or State) for any given occupation shall prevail if the bid price exceeds $100,000. At the time of bidding, if the bid price exceeds $100,000, the bidder agrees to accept the current prevailing wage scale as provided by the Connecticut Department of Labor for work performed at the site. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

13 SECTION REVISED BID PROPOSAL FORM PAGE 9 OF CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY & NON-SEGREGATED FACILITIES: The General Contractor and Subcontractors are hereby advised that upon acceptance of their bids they are obligated to fill out within 7 Calendar days the certification required pursuant to Executive Order No , and agree to certify to the compliance of non-segregated facilities EQUALS AND SUBSTITUTIONS: All submissions requesting "Equal" and or Substitutions shall be made by the Contractor in accordance with Article 15 of the General Conditions and Section of the General Requirements. Bidders must submit requests for equals or substitutions prior to the receipt of the competitive bid. Substitutions will be allowed where the proposed substitute is approved as an equal material or products by the University Representative. All submissions shall contain all the information necessary for the Owner to evaluate the submission and the request. Failure to submit sufficient information to make a proper evaluation, including submittal of data for the first manufacturer listed as well as the data for the Equal and or Substitution proposed, shall result in a rejection of the submission and request DAS Prequalification Certificate: The General Contractor is advised that for any proposal price estimated to be in excess of $500,000.00, a valid Department of Administration Services Prequalification Certificate and Update Statement must accompany this proposal. Application for this program can be accessed by going to ACCOMPANYING THIS PROPOSAL IS: 5.1 A CERTIFIED CHECK drawn to the order of the Controller, Southern Connecticut State University in the amount of: $,. (Place figures in appropriate boxes.) (Written amount) DOLLARS (A State Bank & Trust Co.) (A National Banking Assoc.) Located in Address, City & State which it is understood shall be cashed and the proceeds thereof used so far as may be necessary to reimburse Southern Connecticut State University for losses and damages West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

14 SECTION REVISED BID PROPOSAL FORM PAGE 10 OF 15 arising by virtue of my (our) failure to file the required Bonds and execute the required contract in this proposal is accepted by the Awarding Authority. OR 5.2 A BID BOND having as surety thereto a Surety Company or Companies authorized to transact business in the State of Connecticut and made out in the penal sum of 10% of the TOTAL bid, or in the amount of: $,. (Place figures in appropriate boxes.) (Written amount) DOLLARS 6.0 I (we), the undersigned, hereby declare that I am (we are) the only person(s) interested in the Bid Proposal and that it is made without any connection with any other person making any Bid Proposal for the same work. No person acting for, or employed by, the State of Connecticut is directly or indirectly interested in this Bid Proposal, or in any Contract which may be made under it, or in expected profits to arise therefrom. This Bid Proposal is made without directly or indirectly influencing or attempting to influence any other person or corporation to bid or refrain from bidding or to influence the amount of the Bid Proposal of any other person or corporation. This Bid Proposal is made in good faith without collusion or connection with any other person bidding for the same work and this proposal is made with distinct reference and relation to the plans and specifications prepared for this Contract. I (we) further declare that in regard to the conditions affecting the Work to be done and the labor and materials needed, this Bid Proposal is reliance upon any representations of any employee, officer or agent of the State. 7.0 Each class of Work set forth in a separate section of the specifications pursuant to this Section shall be a subtrade designated in Schedule of this Bid Proposal Form and shall be the matter of a subcontract made in accordance with the procedure set forth in this chapter. 7.1 The undersigned proposes to furnish all labor and materials required for Project Numbers: SCSU Project Title: West Campus Residence Hall Window Sill & Sealant Repairs In accordance with the accompanying Plans and Specifications. Prepared by: Hoffmann Architects, Inc Whitney Avenue Hamden, CT for the Contract Sums specified in Section 7.3 subject to additions and deductions according to the terms of the specifications. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

15 SECTION REVISED BID PROPOSAL FORM PAGE 11 OF This Bid Proposal includes Addenda numbered The Contractor is to fill in item 7.2 above, acknowledging the number of Addenda that the Contractor is including in the Bid Proposal Form. 7.3 THE PROPOSED CONTRACT SUMS ARE AS FOLLOWS: West Campus Residence Hall Window Sill & Sealant Repairs - #SCSU $,,. (Place figures in appropriate boxes.) DOLLARS (Written Amount) In accordance with Section 4.5 of this Bid Proposal Form, the amount of Work performed by the General Contractor must be at least twenty-five percent (25%) of the TOTAL Proposal Contract Sum Bid Prices to be held for ninety (90) days from bid opening UNIT PRICE See Section and for unit prices related to the removal and replacement of membrane flashing behind precast sills. 7.4 The work to be performed by the General Contractor, with his own forces, for the TOTAL project, is as follows: $,,. (Place figures in appropriate boxes.) West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

16 SECTION REVISED BID PROPOSAL FORM PAGE 12 OF By submitting this bid, the contractor accepts and meets the Drawings & Specifications in their entirety. Any exceptions and/or deviations must be listed below. EXCEPTIONS/DEVIATIONS 7.5 Subcontractors and their price must be listed for the major trades identified in Schedule below. (As per C. G. S. 4b-93) NOTE; THIS INFORMATION DOES NOT HAVE TO BE SUBMITTED NOW AS PART OF THE BID FORM. AS NOTED IN SECTION 4.5.1, THE APPARENT LOW BIDDER WILL HAVE TEN (10) CALENDAR DAYS FROM THE DATE OF NOTIFICATION WITHIN WHICH TO SUBMIT THIS INFORMATION. NO CONTRACT WILL BE AWARDED UNTIL THIS INFORMATION HAS BEEN RECEIVED FROM THE LOWEST QUALIFIED BIDDER. SCHEDULE NAMED SUBCONTRACTORS 1. (For Example: Flooring) Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Labor & Material Payment Bond: % Performance Bond: % West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

17 SECTION REVISED BID PROPOSAL FORM PAGE 13 OF (For Example: Electrical) Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Labor & Material Payment Bond: % Performance Bond: % 3. (For Example: Ceiling) Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Labor & Material Payment Bond: % Performance Bond: % West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

18 SECTION REVISED BID PROPOSAL FORM PAGE 14 OF Name of Subcontractor Address. Contact Person Phone No FEIN No. Fax No. Amount Dollars $,,. (Place figures in appropriate boxes.) DOLLARS Labor & Material Payment Bond: % Performance Bond: % 7.6 Supplemental Bids - NOT APPLICABLE FOR THIS PROJECT. 7.7 The undersigned agrees that, if selected as General Contractor, the General Contractor shall, within five (5) calendar and legal State holidays excluded, after presentation thereof by the awarding authority, execute a Contract in the form of a Purchase Order in accordance with the terms of this Bid Proposal Form and Contract. 7.8 The undersigned agrees and warrants that they has made good faith efforts to employ minority business enterprises as Subcontractors and suppliers of materials under such Contract and shall provide the Commission on Human Rights and Opportunities with such information as is requested by the Commission concerning their employment practices and procedures as they relate to the current provisions of the Connecticut General Statutes governing Contract requirements. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

19 Project Number SECTION REVISED BID PROPOSAL FORM PAGE 15 OF A duly authorized representative of the Bidder or Bidder s partnership, firm, corporation or business organization must sign all Bid Proposals Forms. (NO FACSIMILE SIGNATURE IS PERMITTED). ALL INFORMATION BELOW IS TO BE FILLED IN BY THE BIDDER. Signed this day of 19 Firm Name Complete Legal Name Address Street City State Telephone Number Bidders Signature Duly Authorized Title END OF SECTION West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

20 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Minimum Rates and Classifications for Building Construction ID# : B Connecticut Department of Labor Wage and Workplace Standards Division By virtue of the authority vested in the Labor Commissioner under provisions of Section of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages. Project Number: SCSU Project Town: New Haven State#: FAP#: Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University CLASSIFICATION 1a) Asbestos Worker/Insulator (Includes application of insulating materials, protective coverings, coatings, & finishes to all types of mechanical systems; application of firestopping material for wall openings & penetrations in walls, floors, ceilings Hourly Rate Benefits 1b) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters.**see Laborers Group 7** 1c) Asbestos Worker/Heat and Frost Insulator As of: Tuesday, September 12, 2017

21 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 2) Boilermaker a) Bricklayer, Cement Mason, Concrete Finisher (including caulking), Stone Masons a 3b) Tile Setter c) Terrazzo Mechanics and Marble Setters d) Tile, Marble & Terrazzo Finishers e) Plasterer As of: Tuesday, September 12, 2017

22 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University LABORERS ) Group 1: Laborers (common or general), acetylene burners, carpenter tenders, concrete specialists, wrecking laborers, fire watchers a) Group 2: Mortar mixers, plaster tender, power buggy operators, powdermen, fireproofer/mixer/nozzleman (Person running mixer and spraying fireproof only) b) Group 3: Jackhammer operators/pavement breaker, mason tender (brick), mason tender (cement/concrete), forklift operators and forklift operators (masonry) c) **Group 4: Pipelayers (Installation of water, storm drainage or sewage lines outside of the building line with P6, P7 license) (the pipelayer rate shall apply only to one or two employees of the total crew who primary task is to actually perform the mating of pipe sections) P6 and P7 rate is $ d) Group 5: Air track operator, sand blaster and hydraulic drills As of: Tuesday, September 12, 2017

23 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 4e) Group 6: Blasters, nuclear and toxic waste removal f) Group 7: Asbestos/lead removal and encapsulation (except it's removal from mechanical systems which are not to be scrapped) g) Group 8: Bottom men on open air caisson, cylindrical work and boring crew h) Group 9: Top men on open air caisson, cylindrical work and boring crew i) Group 10: Traffic Control Signalman ) Carpenter, Acoustical Ceiling Installation, Soft Floor/Carpet Laying, Metal Stud Installation, Form Work and Scaffold Building, Drywall Hanging, Modular-Furniture Systems Installers, Lathers, Piledrivers, Resilient Floor Layers As of: Tuesday, September 12, 2017

24 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 5a) Millwrights ) Electrical Worker (including low voltage wiring) (Trade License required: E1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9) % of gross wage 7a) Elevator Mechanic (Trade License required: R-1,2,5,6) a+b -----LINE CONSTRUCTION---- Groundman % Linemen/Cable Splicer % As of: Tuesday, September 12, 2017

25 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 8) Glazier (Trade License required: FG-1,2) a 9) Ironworker, Ornamental, Reinforcing, Structural, and Precast Concrete Erection a ----OPERATORS---- Group 1: Crane handling or erecting structural steel or stone, hoisting engineer 2 drums or over, front end loader (7 cubic yards or over), work boat 26 ft. and over and Tunnel Boring Machines. (Trade License Required) a Group 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer); Bauer Drill/Caisson. (Trade License Required) a Group 3: Excavator; Backhoe/Excavator under 2 cubic yards; Cranes (under 100 ton rated capacity), Grader/Blade; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott-1085 or similar);grader Operator; Bulldozer Fine Grade. (slopes, shaping, laser or GPS, etc.). (Trade License Required) a As of: Tuesday, September 12, 2017

26 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Group 4: Trenching Machines; Lighter Derrick; Concrete Finishing Machine; CMI Machine or Similar; Koehring Loader (Skooper) a Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell) a Group 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller; Pile Testing Machine a Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer) a Group 7: Asphalt roller, concrete saws and cutters (ride on types), vermeer concrete cutter, Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and under Mandrell) a Group 8: Mechanic, grease truck operator, hydroblaster; barrier mover; power stone spreader; welding; work boat under 26 ft.; transfer machine a As of: Tuesday, September 12, 2017

27 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Group 9: Front end loader (under 3 cubic yards), skid steer loader regardless of attachments, (Bobcat or Similar): forklift, power chipper; landscape equipment (including Hydroseeder) a Group 10: Vibratory hammer; ice machine; diesel and air, hammer, etc a Group 11: Conveyor, earth roller, power pavement breaker (whiphammer), robot demolition equipment a Group 12: Wellpoint operator a Group 13: Compressor battery operator a Group 14: Elevator operator; tow motor operator (solid tire no rough terrain) a As of: Tuesday, September 12, 2017

28 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Group 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator a Group 16: Maintenance Engineer/Oiler a Group 17: Portable asphalt plant operator; portable crusher plant operator; portable concrete plant operator a Group 18: Power safety boat; vacuum truck; zim mixer; sweeper; (Minimum for any job requiring a CDL license) a PAINTERS (Including Drywall Finishing) a) Brush and Roller As of: Tuesday, September 12, 2017

29 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 10b) Taping Only/Drywall Finishing c) Paperhanger and Red Label e) Blast and Spray ) Plumber (excluding HVAC pipe installation) (Trade License required: P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) ) Well Digger, Pile Testing Machine a Roofer: Cole Tar Pitch a As of: Tuesday, September 12, 2017

30 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Roofer: Slate, Tile, Composition, Shingles, Singly Ply and Damp/Waterproofing a 15) Sheetmetal Worker (Trade License required for HVAC and Ductwork: SM-1,SM-2,SM-3,SM-4,SM-5,SM-6) ) Pipefitter (Including HVAC work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4, G-1, G-2, G-8 & G-9) TRUCK DRIVERS a) 2 Axle a 17b) 3 Axle, 2 Axle Ready Mix a As of: Tuesday, September 12, 2017

31 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 17c) 3 Axle Ready Mix a 17d) 4 Axle, Heavy Duty Trailer up to 40 tons a 17e) 4 Axle Ready Mix a 17f) Heavy Duty Trailer (40 Tons and Over) a 17g) Specialized Earth Moving Equipment (Other Than Conventional Type on-the-road Trucks and Semi-Trailers, Including Euclids) a 18) Sprinkler Fitter (Trade License required: F-1,2,3,4) a As of: Tuesday, September 12, 2017

32 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University 19) Theatrical Stage Journeyman As of: Tuesday, September 12, 2017

33 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Welders: Rate for craft to which welding is incidental. *Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers. **Note: Hazardous waste premium $3.00 per hour over classified rate ALL Cranes: When crane operator is operating equipment that requires a fully licensed crane operator to operate he receives an extra $4.00 premium in addition to the hourly wage rate and benefit contributions: 1) Crane handling or erecting structural steel or stone; hoisting engineer (2 drums or over) 2) Cranes (100 ton rate capacity and over) Bauer Drill/Caisson 3) Cranes (under 100 ton rated capacity) Crane with 150 ft. boom (including jib) - $1.50 extra Crane with 200 ft. boom (including jib) - $2.50 extra Crane with 250 ft. boom (including jib) - $5.00 extra Crane with 300 ft. boom (including jib) - $7.00 extra Crane with 400 ft. boom (including jib) - $10.00 extra All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate". Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade. The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project. Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor's responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page: For those without internet access, please contact the division listed below. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access. Contracting Agencies are under no obligation pursuant to State labor law to pay any increase due to the annual adjustment provision. As of: Tuesday, September 12, 2017

34 Project: West Campus Residence Hall Window Sill And Sealant Repairs At Southern Connecticut State University Effective October 1, Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification. All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al) Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person. ~~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 clause (29 CFR 5.5 (a) (1) (ii)). Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860) As of: Tuesday, September 12, 2017

35 DIVISION 01 GENERAL REQUIREMENTS Page 7 of PRICE AND PAYMENT PROCEDURES A. Summary: Section Price And Payment Procedures contains the following subsections: UNIT PRICES - GENERAL Unit Prices General Substitution Procedures Contract Modification Procedures Progress Payment Procedures A. Related Documents: Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. B. Definition - Unit Price: Amount the General Contractor acknowledges in the Bid Proposal Form as a price per unit of measurement for materials or services as described in the Bidding Documents or in the Contract Documents. C. Procedures: 1. Unit Prices included in the Contract Documents are to be used for determining compensation to the Contractor or Owner for changes to the scope of the work indicated in the Contract Documents, and included in the Lump Sum Contract Price. Special Unit Prices are for items complete, in place, and shall be inclusive of furnishing and installing of all material, labor, trucking, overhead, profit, equipment, hoisting, engineering, scaffolding, power hookups, protection, shop drawings, taxes, permits, appliances, delivery, insurance, supervision, cost of bond, etc. and shall remain in effect until completion of the Contract. 2. Unit Price: Is identified by the Owner as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if the estimated quantities of Work required by the Contract Documents are increased or decreased. 3. Increases or Decreases: Should the amount of the Work required be increased or decreased because of changes in the work ordered in writing by the Project Manager, the Undersigned agrees that the following supplemental UNIT PRICES will be decreased 10% for a reduction of work. Each Unit Price shall include all equipment, tools, labor, permits, fees, etc., incidental to the completion of the work involved. All items marked with an asterisk (*) in the unit price schedules shall include the completion of the excavation, formation and compaction of sub-grade and the disposal of surplus or unsuitable materials in accordance with the Plans and Specifications or as directed by the Construction Administrator. D. Unit Price Schedule: A "Unit Price Schedule" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials described under each unit price UNIT PRICE SCHEDULE - ALTERATIONS A. Related Documents: Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. B. Unit Price Schedule Alterations: 1. Alteration Items Unit $ Add Removal and replacement of membrane flashing behind precast sills Each $100 $90 2. Unit prices shall be negotiated if there is a change in scope of work. $ Deduct West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUN No. 1 October 4, 2017

36 SECTION CAST STONE PAGE 1 OF 5 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes furnishing of all labor, materials, equipment and services necessary for removal and resetting of cast concrete sills, work necessitated by these operations or called for by the Drawings. B. Base Bid Quantities shall include the labor, material and equipment to remove and replace damaged, deteriorated or failed membrane flashing behind twenty (20) precast sills. 1.3 UNIT PRICES A. Unit Prices for certain work of this Section are listed below. The actual quantity for items is in excess of those quantities indicated in base bid quantities listed above. Add Deduct Membrane Flashing Replacement (per sill) $100/SF $90/SF 1.4 SUBMITTALS A. Submit in accordance with Section Submittals. B. Submit list of all materials proposed for use. Submit technical data sheet or certification letter for each manufactured product. C. Shop Drawings: Show installation details for cast stone units. Include dimensions, details of anchorage, size and type of reinforcing, and lifting devices necessary for erection. 1. Show layout of anchors. D. Samples for Verification: 1. Submit samples of dowels. 1.5 PROTECTION A. Protect all structures, site amenities, appurtenances, fixtures, and surfaces not being removed. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

37 SECTION CAST STONE PAGE 2 OF 5 B. Erect barriers, guardrails, enclosures, and shoring to protect personnel, vehicles, building elements and mechanical/electrical appurtenances and to contain dust and odors. Maintain items during their required use. C. Provide weatherproof protection for openings to the interior. This includes providing temporary waterproof barriers in all locations where a path for water entry into the interior is created in the course of the work. Remove temporary provisions immediately before installation of permanent elements; do not leave openings exposed overnight regardless of weather prediction. 1.6 DELIVERY, STORAGE AND HANDLING A. Store removed units on the job site in such as to assure the continuity of the re-installation. Store units in a manner to prevent cracking, distortion, warping, staining, and other physical damage, and in a manner to keep all markings visible. Do not store units on ground. 1. Coordinate with Owner for storage space assignment before sill removal is performed. 2. Use non-staining resilient spacers of even thickness during transit and in storage. B. Use all means necessary to protect the materials before, during, and after installation and to protect the work and materials of the Owner and his tenants. C. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architects and at no cost to the Owner. 1.7 JOB CONDITIONS A. Cold Weather: Do not perform concrete work when temperatures may drop below 40 degrees F within 24 hours. B. Hot Weather: When ambient air temperature exceeds 90 degrees F with wind velocity greater than 8 mph (or when ambient air temperature exceeds 100 degrees F regardless of wind velocity), protect mortar from moisture loss as specified in Part 3 below 1.8 PROTECTION A. Immediately remove excess mortar, stains, or other elements that would mar the surface appearance. Follow procedures outlined in CLEANING in Part 3. B. For existing surfaces intended to remain such as roofs or terraces that will receive traffic during masonry work, provide plywood trafficways. Working surfaces adjacent to wall receiving masonry work shall be not less than 4 feet wide. C. Weather Protection: Cover and protect all exterior openings and partially-completed work at the end of the work day to prevent water entry or exposure to hot, dry conditions. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

38 SECTION CAST STONE PAGE 3 OF 5 D. Prevent staining from mortar grout, sealants and other sources. Immediately remove such materials from precast concrete without damage. PART 2 - PRODUCTS 2.1 MORTAR MATERIALS A. Cement: Portland cement, Type I, ASTM C150. B. Lime: Hydrated Lime, Type S, ASTM C207. C. Aggregate: ASTM C144. All aggregate used in the Work shall be from the same source in order to produce mortar of uniform color throughout the Work. D. Water: from municipal water supply and clean at time of use. 2.2 FASTENERS AND DOWELS A. All dowels and other anchoring devices and shims shall be standard building stone anchors commercially available in stainless steel Type Spring loaded dowel: #355 Spring-loaded dowel by Heckmann Building Products. 2. Sealant: Refer to Section for sealant to be installed into cored substrate prior to engaging dowel. 2.3 MEMBRANE FLASHING A. Flashing membrane: 40 mils, self-adhering sheet of rubberized asphalt and polyethylene. 1. Grace Construction Products, Product: Perm-A-Barrier Wall Flashing, 2. Sandell Manufacturing, Product: SANDO-Seal Flashing. 3. Polyguard Products, Inc. Product: Polyguard 400 Thru Wall Flashing B. Primer: As recommended by membrane manufacturer for membrane to be used. PART 3 - EXECUTION 3.1 EXAMINATION A. Report any unsatisfactory conditions that would prevent successful execution of the work of this Section to the Architect. Do not proceed until conditions have been corrected as directed by the Architect. B. Contractor shall check Cast Stone materials for fit and finish prior to installation. Damaged units shall not be set. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

39 SECTION CAST STONE PAGE 4 OF SURFACE CONDITIONS A. Examine the areas and conditions under which work of this section will be performed. Do not proceed until conditions are satisfactory for the successful installation of the cast stone. 3.3 JOINTING A. Match existing joint size. 3.4 MORTAR MIXING A. Mortar proportions by volume: 1 part Portland cement, 1-1/4 parts hydrated lime, and 6 parts and. This is a type N mortar per ASTM C270. B. Mix mortar by machine. Empty mortar container and clean out moist or loose dry mortar before charging. 1. Empty preblended mortar mix bags into machine and add water to bring to required plasticity and consistency for use. Mix 4-6 minutes rather than 3-5 minutes to ensure proper wetting of the even-dry sand. 2. Discard all mortar older than 2-1/2 hours. 3. Do not retemper colored mortar. 3.5 SILL REMOVAL A. Remove existing precast sills as indicated on the drawings and catalog and store removed stones for reinstallation. Take care not to damage existing metal drip edge and membrane flashing scheduled to remain. 1. Saw cut existing clips or anchors as such exist, flush with the surface of the backup to accept the new anchoring system. Clean off dust and other materials. 2. Inspect membrane flashing and replace any membrane which shows evidence or damage, deterioration or failure including failed adhesion and sagging. 3. Inspect existing sub-sill metal flashing scheduled to remain. Reset all displaced metal flashing prior to reinstallation of sills. 4. Prior to resetting precast sills, inspect sills for evidence of damage including cracks, spalls and chips resulting from removal. All damaged sills are to be replaced to match existing. B. Drill dowel holes into ends of existing precast sills and adjacent jamb of existing cast stone veneer. Blow hole clean of all particulates. Fill holes in sill with sealant prior to engaging dowel. 1. Refer to drawings for size, quantity and location of dowels. West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

40 SECTION CAST STONE PAGE 5 OF PRECAST SILL RESETTING A. Set units in a full bed of mortar 3/4-inch from face for pointing. B. Set the units straight to an exterior edge line plumb, level and square. 1. Allowable Erection Tolerance a. Joints shall not vary more than 1/8-inch. b. Outside edges shall not job more than 1/8-inch. C. Units may initially be set dry and gauged with lead or plastic spacers to obtain joint tolerances. D. Remove excess mortar from unit faces immediately after setting. E. Tuck Point joints to a slight concave profile. 3.7 SETTING TOLERANCES A. Set stones 1/8 in. or less, within the plane of adjacent units. 3.8 CLEANING A. After installation, clean soiled units with detergent and water, using a fiber brush and sponge, and rinse thoroughly with clean water. 1. Use acid only, with the approval of the Architect, to clean particularly stubborn stains after more conservative methods have been tried unsuccessfully. B. Use extreme care to prevent damage to cast stone surfaces and to adjacent materials. END OF SECTION West Campus Residence Hall - Window Sill & Sealant Repairs SCSU ADDENDUM No. 1 October 4, 2017

41

42

43

44

45

Connecticut Department of Labor Wage and Workplace Standards Division

Connecticut Department of Labor Wage and Workplace Standards Division Minimum Rates and Classifications for Building Construction ID# : B 22565 Connecticut Department of Labor Wage and Workplace Standards Division By virtue of the authority vested in the Labor Commissioner

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

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

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

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

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

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

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

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

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

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

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

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

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

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

Roller Shades FOR GREENWICH PUBLIC SCHOOLS BID #926-13

Roller Shades FOR GREENWICH PUBLIC SCHOOLS BID #926-13 ADDENDUM NO. 4 May 23, 2013 Roller Shades FOR GREENWICH PUBLIC SCHOOLS BID #926-13 This Addendum No.4 is being issued to add an addition to the bid specifications and prevailing wage sheets. \ THIS IS

More information

2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction)

2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction) 2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction) Please fill in for each craft that you have employed, the base wages plus fringe

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon PREVAILING WAGE RATES for Public Works Contracts in Oregon Brad Avakian Commissioner Bureau of Labor and Industries Effective: January 1, 2017 BRAD AVAKIAN COMMISSIONER CHRISTIE HAMMOND DEPUTY COMMISSIONER

More information

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon PREVAILING WAGE S for Public Works Contracts in Oregon Brad Avakian Commissioner Bureau of Labor and Industries Effective: January 1, 2013 BRAD AVAKIAN COMMISSIONER CHRISTIE HAMMOND DEPUTY COMMISSIONER

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

Highlands Housing Authority

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

More information

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

Scope of Work Bid Package C-3 - West Precast Concrete

Scope of Work Bid Package C-3 - West Precast Concrete Scope of Work Bid Package C-3 - West Precast Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

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

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building May 8, 2017 ADDENDUM #1 IFB 17-082 Resin Floor System For Highway Department Central District Building Addendum #1 is being issued to offer an alternate resin flooring system. 096700 FLUID-APPLIED FLOORING

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

BUREAU OF ENGINEERING CHANGE ORDER LABOR RATES FOR CONSTRUCTION (Based on Determination ) PAYROLL TAXES INSURANCE STRAIGHT TIME

BUREAU OF ENGINEERING CHANGE ORDER LABOR RATES FOR CONSTRUCTION (Based on Determination ) PAYROLL TAXES INSURANCE STRAIGHT TIME (d on Determination 2017-1) @ 8.65% of the 13% of the Total Burdened for Work over 8 Other = = hours, Saturday for Work on ASBESTOS WORKER, HEAT & FROST INSULATOR (JOURNEY LEVEL) Mechanic 08/22/16 07/02/17

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

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

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

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

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

BUREAU OF ENGINEERING CHANGE ORDER LABOR RATES FOR CONSTRUCTION (Based on Determination ) PAYROLL TAXES INSURANCE STRAIGHT TIME

BUREAU OF ENGINEERING CHANGE ORDER LABOR RATES FOR CONSTRUCTION (Based on Determination ) PAYROLL TAXES INSURANCE STRAIGHT TIME (d on Determination 2017-2) Total Payroll Taxes @ Gen'l Liability @ Hourly 8.65% of the 13% of the Total Burdened Rate for Work over 8 Rate for Work on ASBESTOS WORKER, HEAT & FROST INSULATOR (JOURNEY

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

Addendum No. 1 Page 1 of 2

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

More information

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

BOILERMAKER...$ BRRI /01/2014

BOILERMAKER...$ BRRI /01/2014 General Decision Number: RI160001 05/06/2016 RI1 Superseded General Decision Number: RI20150001 State: Rhode Island Construction Types: Building, Heavy (Heavy and Marine) and Highway Counties: Rhode Island

More information

BITUMINOUS MIXTURE # 13A BID SHEET

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

More information

BOILERMAKER...$ BRRI /01/2016

BOILERMAKER...$ BRRI /01/2016 General Decision Number: RI170001 06/02/2017 RI1 Superseded General Decision Number: RI20160001 State: Rhode Island Construction Types: Building, Heavy (Heavy and Marine) and Highway Counties: Rhode Island

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

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

8367 TRANSPORTATION WORKER 3

8367 TRANSPORTATION WORKER 3 TRANSPTATION WKER 3 Nature of Work Under limited supervision, at the journey level performs skilled work in the construction and maintenance of highways, related buildings and structures, and erecting

More information

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311 ADDENDUM #1 WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION ANGELO JOB NO. 1213 Page 1 of 2 Total ANGELO ARCHITECTURAL ASSOCIATES 12314 Ridgeview Drive Urbandale, IA 50323 Ph: 515-250-6950 Fax:

More information

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

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

More information

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit: TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION 355-7575 Ext. 395 Needed to Obtain Permit: 1. Building Permit Application, and/or residential plumbing permit application, as applicable, to be

More information

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE 200-4010 Regent Street Burnaby BC V5C 6N2 Canada Telephone: (604) 430-8035 Toll Free Canada-wide: 1-888-430-8035 Facsimile: (604) 430-8085 BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL

More information

SECTION CONCRETE AND MASONRY COATINGS

SECTION CONCRETE AND MASONRY COATINGS 80658 StoColor Texture - Coarse Textured Acrylic-Based, Vertical Above-Grade Exterior Wall Coating for New Concrete, Stucco, and Masonry Construction SECTION 099723 CONCRETE AND MASONRY COATINGS Sto Corp.

More information

ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART GENERAL 1.

ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART GENERAL 1. 07555 - ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART 1.00 - GENERAL 1.01 SUMMARY: A. The work of this section consists of furnishing and installing

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

ATTACHMENT J.11 FORM OF OFFER LETTER

ATTACHMENT J.11 FORM OF OFFER LETTER ATTACHMENT J.11 FORM OF OFFER LETTER 1 General Decision Number: DC140002 01/03/2014 DC2 Superseded General Decision Number: DC20130002 State: District of Columbia Construction Type: Building County: District

More information

DURRELL DESIGN GROUP, PLLC ROOF REPLACEMENT BARR ELEMENTARY SCHOOL JACKSON PUBLIC SCHOOL DISTRICT JACKSON, MISSISSIPPI.

DURRELL DESIGN GROUP, PLLC ROOF REPLACEMENT BARR ELEMENTARY SCHOOL JACKSON PUBLIC SCHOOL DISTRICT JACKSON, MISSISSIPPI. DURRELL DESIGN GROUP, PLLC 500-G E. WOODROW WILSON AVENUE JACKSON, MISSISSIPPI 39216 PHONE: 601.708.4788 FAX: 601.488.4717 ROOF REPLACEMENT BARR ELEMENTARY SCHOOL JACKSON PUBLIC SCHOOL DISTRICT JACKSON,

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

CS-100 Guide Specifications

CS-100 Guide Specifications MANUFACTURER CUSTOM-BILT METALS 1333 Corporate Drive, Suite 103 Irving, Texas 75038-2520 (800) 826-7813 or info@custombiltmetals.com www.custombiltmetals.com CS-100 Guide Specifications This Guide Specification

More information

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732) THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ 08904 PHONE (732)572-4420 February 10, 2017 Window Replacements at Samuel J Kronman Building and Park Terrace

More information

A. Drawings and general provisions of the Contract, including General Conditions Specification Sections, apply to this section.

A. Drawings and general provisions of the Contract, including General Conditions Specification Sections, apply to this section. Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions Specification Sections, apply to this section. 1.2 SUMMARY A. The shade structure

More information

Structural Tests and Special Inspections Form. Inspection of Fabricators (1704.2)

Structural Tests and Special Inspections Form. Inspection of Fabricators (1704.2) Inspection of Fabricators (1704.2) Furnish inspection reports (1704.2.1) - Fabricators that have not been approved Provide a Certificate of Compliance (1704.2.2) - Approved Fabricators Steel Construction

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 3: Roofs 1 & 3 DATE: December 29, 2017 1235 Mission

More information

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule. FEMA 50% RULE - SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT/DAMAGE Z101-0410 NOTICE TO PROPERTY OWNERS Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information

More information

Project Address: Name of Person Completing Form:

Project Address: Name of Person Completing Form: Statement of Inspections This form is provided as a way to list aspects of the project that require special inspection and testing in accordance with IBC Sections 107.1, 1704, and 1705 and define duties

More information

SECTION EXPANSION CONTROL

SECTION EXPANSION CONTROL SECTION 07 95 00 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply

More information

SECTION CONCRETE PAVING SLABS SET IN MORTAR

SECTION CONCRETE PAVING SLABS SET IN MORTAR SECTION 32 14 13.16 CONCRETE PAVING SLABS SET IN MORTAR (1995 MasterFormat Section 02784) Note: This guide specification for the U.S. is for paving slabs mortared to a concrete base and grouted joints

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

Attachment M - Prevailing Wage Information

Attachment M - Prevailing Wage Information Attachment M - Prevailing Wage Information MILWAUKEE COUNTY CODE OF GENERAL ORDINANCES VOLUME I Chapter 30 MINIMUM WAGES Chapter 30 MINIMUM WAGES 30.02. Determination of appropriate classifications and

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

SECTION RESINOUS FLOORING or SECTION QUARTZ FLOORING

SECTION RESINOUS FLOORING or SECTION QUARTZ FLOORING SECTION 09 67 23 RESINOUS FLOORING or SECTION 09 67 26 QUARTZ FLOORING PART 1 - GENERAL 1.1 SUMMARY (Specification writer shall add, delete or amend, as deemed necessary) A. Provide all labor, materials,

More information

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS The City of Blue Springs hereby adopts Section 2200 of the Kansas City Metropolitan Chapter of APWA Construction and Material

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

SECTION EPOXY TERRAZZO

SECTION EPOXY TERRAZZO SECTION 09402 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to

More information

DOCUMENT BID FORM - STIPULATED SUM

DOCUMENT BID FORM - STIPULATED SUM DOCUMENT 004113 BID FORM - STIPULATED SUM Architect s Project No. 2007024EXC Project: Excell Academy for Tenant: Excell Academy for Higher Learning, Inc. Higher Learning Interiors Package 6510 Zane Avenue

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

SECTION BASIC ELECTRICAL MATERIALS AND METHODS SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:

More information

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007 Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION March 22, 2007 Description: This work consists of furnishing and applying asphalt rubber binder followed by an application of treated cover aggregate

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

More information

FOGARTY MEMORIAL SCHOOL Plumbing Renovations

FOGARTY MEMORIAL SCHOOL Plumbing Renovations PROJECT MANUAL Issued For Construction June, 2017 FOGARTY MEMORIAL SCHOOL Plumbing Renovations 736 Snake Hill Road North Scituate, Rhode Island 02857 AHARONIAN & ASSOCIATES, INC. - ARCHITECTS 310 George

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

SPECIFICATION GUIDELINE

SPECIFICATION GUIDELINE SPECIFICATION GUIDELINE Environmental Stoneworks Corporate Office 6300 East Stapleton Drive South Denver, CO 80216 Phone (303) 309-3040 Fax (303) 309-3059 www.estoneworks.com Environmental Stoneworks specification

More information

ADDENDUM NO. 1. Modernization of Two Elevators at 902 South L Street (Administration Building)

ADDENDUM NO. 1. Modernization of Two Elevators at 902 South L Street (Administration Building) ADDENDUM NO. 1 PROJECT: Modernization of Two Elevators at 902 South L Street (Administration Building) ADDENDUM DATED: February 23, 2017 DISTRIBUTION: To All current Bid Holders SUBJECT Addendum No. 1

More information

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules

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

TILE TILE

TILE TILE 09300 - TILE 09300-1 PART ONE: GENERAL 1.1 Description TILE 1.1.1 Work of this Section, as shown or specified, shall be provided by the Interior Contractor and shall be in accordance with the requirements

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information