Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order

Size: px
Start display at page:

Download "Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order"

Transcription

1 NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA POC: LAURA LATHROP, (757) DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIRS FOR GENERAL CONSTRUCTION PROJECTS IN THE HAMPTON ROADS INTEGRATED PRODUCT TEAM (IPT) AREA OF RESPONSIBILITY (AOR) SOLICITATION NO. N R-2501 PROPOSED TASK ORDER FOR: BUILDING 234, REPLACE FREIGHT ELEVATOR NO. 32 NORFOLK NAVAL SHIPYARD PORTSMOUTH, VIRGINIA N D0357 Ashford-Leebcor JV 430 McLaws Circle, Suite 201 Williamsburg, VA POC: Susan Schmidt Phone: N D0358 Civil Works Contracting, LLC 3329 Wrightsville Ave, Suite C Wilmington, NC POC: Christopher D. Scerri Phone: x104 cscerri@civilworkscontracting.com N D0359 The Green-Simmons Company, Inc North W Street Pensacola, FL POC: Nathan Green Phone: Nathan@green-simmons.com N D0360 Rand Enterprises, Inc th Street, Suite 101 Newport News, VA POC: Randy Biagas Phone: Randy.biagas@rei-va.com N D0361 Smart-ATI-KMK JV 16 Whitehall Rd. Ste 6 Rochester, NH POC: Lori Smart Phone: lori@smartati.com N D0362 Tikigaq Construction, LLC 2614 Halls Mill Rd Mobile, AL POC: Stephen B. Christensen, Steve Fields Phone: s: tcnavfacipt@tikigaq.com; schristensen@tikigaq.com; sfields@tikigaq.com

2 GENERAL REQUIREMENTS NAVFAC Solicitation No.: N R-2501 NAVFAC Specification: Work Order No NAVFAC Drawings: NAVFAC Drawing Nos through Reference Drawings: P.W. Drawing Nos , Title: Building 234, Replace Freight Elevator No. 32 Location of the work: Norfolk Naval Shipyard, Portsmouth, Virginia Description of the work: The work includes replacement of Elevator 32 and renovations to Stair 2 and 3 in Building 234 at the Norfolk Naval Shipyard, Portsmouth, Virginia, and incidental related work. Time for completion: In accordance with FAR Commencement, Prosecution, and Completion of Work (APR 1984), work shall be completed within 480 calendar days after award Estimated Price Range: In accordance with FAR Disclosure of the Magnitude of Construction Projects, the estimated price range is between $1,000,000 and $5,000,000 Wage Determination: General Decision Number VA /08/2017 VA172 Liquidated damages: In accordance with FAR , Liquidated Damages Construction (SEP 2000), liquidated damages shall be assessed as in the amount of $ per calendar day. Quality Control Manager/Superintendent/SSHO The roles of Quality Control Manager, Superintendent and SSHO may be performed by one individual. Utilities: In accordance with FAC Availability of Utilities (JUN 1994), when available, the Government will provide reasonable amounts of electric, water and compressed air for the work to be performed under this contract at no cost to the contractor. Record Shop Drawings: In accordance with FAR , Specifications and Drawings for Construction (FEB 1997) and FAC Record Drawings (OCT 2004), record shop drawings are required. Basis for Award: In accordance with FAR Part 15, award shall be made to the lowest priced responsible offeror. Proposal Acceptance Period: Proposal acceptance period shall be 120 days from receipt of offers.

3 Bond Requirements: In accordance with FAR Bid Guarantee, a bid bond in the amount of 20% of the proposal price is required with proposal submission. In accordance with FAC Notice of Bonding Requirements (DEC 2000), Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Due Date: Tuesday, 21 November :00 p.m. Local Time U. S. Mail, Express Mail or Handcarry to: Naval Facilities Engineering Command, Mid-Atlantic PWD Portsmouth Facilites Engineering and Acquisition Division Bldg 492, Norfolk Naval Shipyard Portsmouth, Virginia Attn: Laura Lathrop Pre-Proposal Inquiries (PPIs): PPIs must be submitted in writing to Laura Lathrop at laura.lathrop@navy.mil. The cutoff for PPIs is Wednesday, 08 November 2017 by 2:00 p.m. local time in order to process all inquiries by the proposal due date. Site Visit: The site visit will be held on Thursday, 02 November 2017 at 1:00 p.m. local time. There will only be one Government sponsored site visit. See security information below. Security Information: All contractors who are not in possession of a valid DBIDS badge for Norfolk Naval Shipyard AND a NAVSEA badge must fill out the attached spreadsheet and return it to the Contract Specialist, Laura Lathrop, at laura.lathrop@navy.mil no later than Wednesday, 25 October 2017 at 2:00 pm local time in order to obtain a one day pass. Submissions not received by this date and time will not be processed, as it will not allow sufficient time for approval. Spreadsheet submissions will only be accepted from the prime contractors listed on the Hubzone MACC. Subcontractor submissions must go through the prime contractor. One day passes shall be picked up at the NNSY Pass & ID office located outside of Gate 15. Please make sure that you allow sufficient time to obtain passes before the site visit. NNSY Visitor Request Form is attached. Contractors visiting the job site are responsible for adhering to safety regulations of the Norfolk Naval Shipyard, which include the wearing of hard hats, safety glasses and safety shoes. Meet in the Building 492 parking lot. The solicitation documents are posted as attachments on Navy Electronic Commerce Online (NECO).

4 Evaluation Factors for Award 1. The proposed task order will be awarded to the responsible offeror offering the best value to the Government. The lowest price source selection process is selected as appropriate for this acquisition because the best value is expected to result from selection of the proposal with the lowest evaluated price. To make a determination of best value, the Government shall evaluate each offeror on price only. 2. Basis of Evaluation and Submittal Requirements for Each Factor. (a) Price: (1) Solicitation Submittal Requirements: Offeror shall submit one stapled packet with the following: Cover page that includes: - Solicitation Number - Solicitation Title - Prime Contractor Name - Prime Contractor Address - Phone Number - Fax Number - DUNS - Cage Code - Point of Contact - Point of Contact Phone No. - Point of Contact Price Proposal Form Acknowledged Amendments (if applicable) Bid Bond (2) Basis of Evaluation: The government will evaluate price based on the lump sum price. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate (IGCE). c. Comparison of proposed prices with available historical information. d. Comparison of proposed prices with market survey results. Evaluation 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the lowest price proposal.

5 2. As stated in the solicitation, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR (a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

6 Price Proposal Form The proposed price shall be the lump sum price for the following items: Item 0001 (Base Price) Price includes the following: Price for the entire work, complete in accordance with the drawings and specifications. Total Price for Item 0001: $ Contract Line Item Notes 1. The lump sum price above shall be deemed to include all costs required for the specified work, complete in accordance with the drawings and specifications, including all labor, materials, equipment, tools, management, supervision, disposal, and related items. Amendments Acknowledged Amendment No. Date Amendment No. Date Amendment No. Date Submitted By: Offeror: Signature:

7 General Decision Number: VA /08/2017 VA172 Superseded General Decision Number: VA State: Virginia Construction Type: Building County: Portsmouth* County in Virginia. * INDEPENDENT CITY OF PORTSMOUTH BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/06/ /27/ /07/ /26/ /08/2017 ASBE /01/2016 ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...$ BOIL /01/2017 BOILERMAKER...$ BRVA /01/2016 BRICKLAYER...$ ELEC /01/2016

8 ELECTRICIAN (Includes Low Voltage Wiring and Alarm Installation)...$ %+5.55+a a. Workmen shall take off 2 hours with pay, at the discretion of the employer, on State and National Election days; Tuesday following the first Monday in November, provided they are qualified and vote. ELEV /01/2017 ELEVATOR MECHANIC...$ a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. b. VACATIONS: 6% men under 5 years based on regular hourly rate and 8% men over 5 years based on regular hourly rate for all hours worked. ENGI /01/2013 POWER EQUIPMENT OPERATOR Cranes 90 tons & over capacity; Tower & Climbing Cranes with Controls 100 ft. above ground...$ %+8.15 Cranes under 90 tons...$ %+8.15 * IRON /01/2017 IRONWORKER, STRUCTURAL AND ORNAMENTAL...$ * IRON /01/2017 IRONWORKER, RIGGER...$ PLUM /01/2016 PIPEFITTER (Includes HVAC Pipe, Unit and Temperature Controls Installations)...$ PLUM /01/2016

9 PLUMBER...$ SUVA /11/2016 CARPENTER, Includes Acoustical Ceiling Installation, Drywall Hanging, and Form Work...$ CAULKER...$ CEMENT MASON/CONCRETE FINISHER...$ GLAZIER...$ IRONWORKER, REINFORCING...$ LABORER: Mason Tender - Brick...$ LABORER: Mason Tender - Cement/Concrete...$ LABORER: Common or General, Including Demolition and Pipelaying...$ OPERATOR: Backhoe/Excavator/Trackhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Bulldozer...$ OPERATOR: Forklift...$ OPERATOR: Loader...$ OPERATOR: Roller...$ PAINTER (Brush and Roller)...$ PAINTER: Spray...$ ROOFER...$ SHEET METAL WORKER, Includes HVAC Duct Installation...$ SPRINKLER FITTER (Fire Sprinklers)...$ TILE FINISHER...$ TILE SETTER...$

10 TRUCK DRIVER: Dump Truck...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM /01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

11 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

12 Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

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

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

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

More information

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

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

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

More information

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

SNOW REMOVAL SERVICES

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

More information

ATTACHMENT 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

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

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

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

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

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

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

More information

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

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

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

POC: John Roberts, or (843)

POC: John Roberts, or (843) NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC FACILITIES ENGINEERING AND ACQUISITION DIVISION (FEAD) PARRIS ISLAND 62 ATSUGI STREET (BUILDING 852) PARRIS ISLAND, SC 29905 POC: John Roberts, john.b.roberts@navy.mil

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

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

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

More information

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

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

2011 Davis Bacon Wage Analysis

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

More information

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

San Diego Unified School District Project Stabilization Agreement (PSA) Pre-Job Conference Form

San Diego Unified School District Project Stabilization Agreement (PSA) Pre-Job Conference Form San Diego Unified School District Project Stabilization Agreement (PSA) Pre-Job Conference Form General Contractor Information Prime Contractor: Southland Electric Inc. Address: 4950 Greencraig Lane San

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 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

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

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

Davis-Bacon Wage Survey. Maine Building, Heavy, Highway 2014 Construction Survey

Davis-Bacon Wage Survey. Maine Building, Heavy, Highway 2014 Construction Survey Davis-Bacon Wage Survey Maine Building, Heavy, Highway 2014 Construction Survey Davis-Bacon Wage Survey! Presenter:! Ellen Hill! Regional Wage Specialist Northeast Regional Office Philadelphia, PA Survey!

More information

2. Detailed description of services Scope of Work (SoW) is attached in Attachment 1.

2. Detailed description of services Scope of Work (SoW) is attached in Attachment 1. Klamath Tribes Administration Invitation For Bids (IFB) IFB Number: 08-KTADM16 Maintenance Building/Storage Units 501 S. Chiloquin Blvd., Chiloquin Oregon A. General Information: The Klamath Tribes Administration

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

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

WAIS Document Retrieval

WAIS Document Retrieval Page 1 of 15 GENERAL DECISION: NY20030003 09/29/2006 NY3 Date: September 29, 2006 General Decision Number: NY20030003 09/29/2006 Superseded General Decision Number: NY020003 State: New York Construction

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

LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA AND THE MINNESOTA STATE BUILDING AND CONSTRUCTION TRADES COUNCIL

LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA AND THE MINNESOTA STATE BUILDING AND CONSTRUCTION TRADES COUNCIL LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA AND THE MINNESOTA STATE BUILDING AND CONSTRUCTION TRADES COUNCIL Effective July 1, 2015 and June 30, 2018 LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA

More information

PREVAILING WAGE RATE DETERMINATION

PREVAILING WAGE RATE DETERMINATION The New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25 et seq.) requires that the Department of Labor and Workforce Development establish and enforce a prevailing wage level for workers engaged in public

More information

IMPACTING DAVIS-BACON WAGE DETERMINATIONS

IMPACTING DAVIS-BACON WAGE DETERMINATIONS IMPACTING DAVIS-BACON WAGE DETERMINATIONS A Guide for Contributing to the Accuracy of Published Prevailing Wage Rates in Construction By: Tamika C. Carter, Director of Construction HR Contractors and other

More information

Job Order Contracting (JOC) ITB JE Overview August 2016

Job Order Contracting (JOC) ITB JE Overview August 2016 Job Order Contracting (JOC) ITB 16-14204-JE Overview August 2016 Job Order Contracting (JOC) What is JOC? Using general and specialty trade contractors to perform a series of projects on an as-needed basis.

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 Dan Gardner Commissioner Bureau of Labor and Industries Effective: January 1, 2008 DAN GARDNER COMMISSIONER DOUG MCKEAN Deputy Commissioner BUREAU

More information

Construction Industry Occupational Wage Survey Results

Construction Industry Occupational Wage Survey Results Construction Industry Occupational Wage Survey Results 2013 Oregon Employment Department Workforce and Economic Research Division Page 2 BRAD AVAKIAN COMMISSIONER CHRISTIE HAMMOND DEPUTY COMMISSIONER BUREAU

More information

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE TECHNICAL QUESTIONS FOR ITB-DOT-17/18-7004LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE Question 1: Question 2: Question 3: Question 4: Question 5: Question 6: When area configurations

More information

PREVAILING WAGE RATE DETERMINATION

PREVAILING WAGE RATE DETERMINATION The New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25 et seq.) requires that the Department of Labor and Workforce Development establish and enforce a prevailing wage level for workers engaged in public

More information

CORRECTED (INCLUDES GENERAL INFORMATION) TECHNICAL SPECIFICATION

CORRECTED (INCLUDES GENERAL INFORMATION) TECHNICAL SPECIFICATION CORRECTED (INCLUDES GENERAL INFORMATION) TECHNICAL SPECIFICATION REMOVAL AND DEMOLITION OF ASBESTOS-CONTAINING BOILER AND INCINERATOR AND REMOVAL OF ASBESTOS-CONTAINING PIPE INSULATION INCLUDING ELBOWS

More information

Construction Industry Occupational Wage Survey Results

Construction Industry Occupational Wage Survey Results 2011 Construction Industry Occupational Wage Survey Results Oregon Employment Department Workforce and Economic Research Division Page 2 Brad Avakian Commissioner Suite 1045 800 NE Oregon, #32 Portland,

More information

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

Trane U.S. Inc. Authorized Government Price List. GSA Hourly Billing Rates for Labor Categories Under SINs and Position Description

Trane U.S. Inc. Authorized Government Price List. GSA Hourly Billing Rates for Labor Categories Under SINs and Position Description Trane U.S. Inc. GSA Hourly Billing Rates for Labor Categories Under s 811-002 and 811-003 Trane U.S. Inc. Trane Position Title Comparable Government Position Description Non- Exempt GSA Price Rate/Hour

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

Prevailing Wage Frequently Asked Questions

Prevailing Wage Frequently Asked Questions Prevailing Wage Frequently Asked Questions Minnesota's prevailing wage law (Minnesota Statutes 177.41 through 177.44) requires employees working on state-funded construction projects or other projects

More information

PREVAILING WAGE RATE DETERMINATION

PREVAILING WAGE RATE DETERMINATION The New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25 et seq.) requires that the Department of Labor and Workforce Development establish and enforce a prevailing wage level for workers engaged in public

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

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

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

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

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

Housing Authority of the City of Passaic

Housing Authority of the City of Passaic Housing Authority of the City of Passaic Invitation to Bid for Boiler Service, Maintenance, and Repair ITEMS IN THE BOOKLET Technical Specifications Document Checklist Instructions to Bidders HUD Forms

More information

The Kent School District And American Federation of Teachers (AFT)

The Kent School District And American Federation of Teachers (AFT) LETTER OF AGREEMENT By and Between The Kent School District And American Federation of Teachers (AFT) Effective September 1, 2015 The following is an agreement between the Kent School District (District)

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

Source Selection for Construction and AE Contracts

Source Selection for Construction and AE Contracts Source Selection for Construction and AE Contracts Shea Zahner, PE Deputy Assistant Operations Officer NAVFAC SE Mike Davis, PE Senior Project Manager NAVFAC SE Camilla Baker Supervisory Contract Specialist

More information

DEPARTMENT OF THE NAVY MID-ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA

DEPARTMENT OF THE NAVY MID-ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA DEPARTMENT OF THE NAVY MID-ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA INSTALL ADDITIONAL SEVERE WEATHER LIGHT ARRAY ON THE SOUTH WEST

More information

DENVER INTERNATIONAL AIRPORT RECONSTRUCTION OF ON PEÑA BOULEVARD 2 ND CREEK TO 64 TH AVENUE ADDENDUM NUMBER ONE. Scope of this Addendum

DENVER INTERNATIONAL AIRPORT RECONSTRUCTION OF ON PEÑA BOULEVARD 2 ND CREEK TO 64 TH AVENUE ADDENDUM NUMBER ONE. Scope of this Addendum DENVER INTERNATIONAL AIRPORT RECONSTRUCTION OF ON PEÑA BOULEVARD 2 ND CREEK TO 64 TH AVENUE ADDENDUM NUMBER ONE Scope of this Addendum Addendum Number One includes modifications to the following Contract

More information

CONTRACTORS: Things you should know about the East Side Union High School District Project Labor Agreement.

CONTRACTORS: Things you should know about the East Side Union High School District Project Labor Agreement. CONTRACTORS: Things you should know about the East Side Union High School District Project Labor Agreement. 1. Project Labor Agreements Project Labor Agreements are a legally recognized form of pre hire

More information

NOTICE AND INSTRUCTIONS TO BIDDERS 01/24/2017

NOTICE AND INSTRUCTIONS TO BIDDERS 01/24/2017 NOTICE AND INSTRUCTIONS TO BIDDERS 01/24/2017 Town Highway 25 Road and Stream Improvement Project 1. LOCATION: Town Highway 25 (Taggart Hill Road), Stockbridge, VT 2. TYPE OF CONSTRUCTION: Improvement

More information

Construction Types: Building, Heavy, Highway and Residential

Construction Types: Building, Heavy, Highway and Residential Addendum 1: Davis Bacon Provisions For the A/V System Design, Procurement, and Installation project posted by the 92nd Street Y for its new location at 200 Hudson Street, HUD requires that prevailing wages

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

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

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices Seattle Public Schools Office of Internal Audit Issue Date: December 5, 2017 Introduction and Background In accordance with the fiscal year 2018 capital audit plan, we have completed an audit of the district

More information

West Virginia Office of Miners Health, Safety and Training

West Virginia Office of Miners Health, Safety and Training West Virginia Office of Miners Health, Safety and Training INDEPENDENT CONTRACTOR COMPREHENSIVE MINE SAFETY PROGRAM INITIAL SUBMITTAL FORM TASK SPECIFIC WV Permit No. C- MSHA ID No. FEIN No. Company Name:

More information

U.S. DEPARTMENT OF LABOR SCA RESOURCE BOOK 11/2002 SCA WAGE DETERMINATIONS SERVICE CONTRACT ACT WAGE DETERMINATIONS

U.S. DEPARTMENT OF LABOR SCA RESOURCE BOOK 11/2002 SCA WAGE DETERMINATIONS SERVICE CONTRACT ACT WAGE DETERMINATIONS SERVICE CONTRACT ACT WAGE DETERMINATIONS SERVICE CONTRACT ACT, as amended (excerpt) SERVICE CONTRACT ACT WAGE DETERMINATIONS REQUESTING SCA WAGE DETERMINATIONS GUIDE TO COMPLETING AN INDIVIDUAL SF-98 REQUEST

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

Davis-Bacon Labor Standards Protecting Construction Workers Rights. February 2, 2016 (revised 9/13/2017)

Davis-Bacon Labor Standards Protecting Construction Workers Rights. February 2, 2016 (revised 9/13/2017) Davis-Bacon Labor Standards Protecting Construction Workers Rights February 2, 2016 (revised 9/13/2017) Training Agenda Labor laws Application triggers and how they work Bids Language and requirements

More information

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System Issued by the City of Montpelier, Vermont Department of Planning and Community Development Responses Due: August 12, 2011,

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T-2016-0210-05410910 Request for Bids The Metropolitan Park District of Tacoma will receive sealed

More information

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013 FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS June 1, 2013 For general guidance the following information is provided as an aid to those preparing submittals in response to Design-Build solicitations.

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

TEAMSTERS LOCAL 317 CALL CENTER RIDER. Effective April 1, 2008 to March 31, Local 317 Call Center Rider 1 of 13

TEAMSTERS LOCAL 317 CALL CENTER RIDER. Effective April 1, 2008 to March 31, Local 317 Call Center Rider 1 of 13 TEAMSTERS LOCAL 317 CALL CENTER RIDER Effective April 1, 2008 to March 31, 2013 Local 317 Call Center Rider 1 of 13 ARTICLE 20. SCOPE OF AGREEMENT Section 1. Scope and Approval of this Local Rider This

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

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m. Request for Proposals Temporary Staffing Services North St. Louis Soil and Water Conservation District 307 First St S Ste 114 Virginia MN 55792 I. Introduction The North St. Louis Soil and Water Conservation

More information

Maintenance, Repair, and Operations JOC Program

Maintenance, Repair, and Operations JOC Program Maintenance, Repair, and Operations JOC Program Pre-Proposal Meeting CSP #16-11-07 Building Automation Systems CSP #16-11-08 Glass and Glazing Service CSP #16-11-09 HVAC / Mechanical CSP #16-11-10 Plumbing

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

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued.

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued. 69450-15-R-1090 (/) 1 2-Mar-15 Page 16, Paragraph (2) The solicitation states that the JV prime has one relevant project or each member of the JV has relevant experience. Do you mean either party not both?

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

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

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

More information

BOILERMAKER...$ BRPA /01/2010

BOILERMAKER...$ BRPA /01/2010 Page 17 of 26 Section 00800 - Special Contract Requirements DAVIS BACON WAGES General Decision Number: PA100010 08/06/2010 PA10 Superseded General Decision Number: PA20080010 State: Pennsylvania Construction

More information

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,

More information

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received

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

U.S. DEPARTMENT OF LABOR DAVIS-BACON RESOURCE BOOK 11/2002 DB WAGE DETERMINATIONS DAVIS-BACON WAGE DETERMINATIONS

U.S. DEPARTMENT OF LABOR DAVIS-BACON RESOURCE BOOK 11/2002 DB WAGE DETERMINATIONS DAVIS-BACON WAGE DETERMINATIONS DAVIS-BACON WAGE DETERMINATIONS DAVIS-BACON ACT, AS AMENDED, AUGUST 30, 1935 (EXCERPT FROM SECTION 1) PHYSICAL INCLUSION OF DAVIS-BACON WAGE DETERMI- NATION(S) IN BID SPECIFICATIONS AND CONTRACT MAJOR

More information

Preconstruction, Certified Payroll & Relocation

Preconstruction, Certified Payroll & Relocation Preconstruction, Certified Payroll & Relocation Introduction and Agenda Alissa Smet HOME Accountant (816)759-7234 asmet@mhdc.com Preconstruction Conference Certified Payroll Relocation Questions Preconstruction

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

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

More information

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued.

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued. 69450-15-R-1090 (Y/) 1 2-Mar-15 Page 16, Paragraph (2) The solicitation states that the JV prime has one relevant project or each member of the JV has relevant experience. Do you mean either party not

More information

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road WMF ARCHITECTURE INTERIORS CONSTRUCTION MANAGEMENT LORD Erie Robinson Road Relocation Project Exterior Sitework PROJECT MANUAL Project No. WMF 2012.012.00 Date: February 2014 WEBER MURPHY FOX INC. 3230

More information

City and County of San Francisco. Office of Labor Standards Enforcement (OLSE)

City and County of San Francisco. Office of Labor Standards Enforcement (OLSE) City and County of San Francisco Office of Labor Standards Enforcement (OLSE) Request for Proposals Certified Payroll, Workforce Management and Labor Compliance System Date issued: January 22, 2018 Pre-proposal

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

National Maintenance Agreement Features

National Maintenance Agreement Features National Maintenance Agreement Features Article I Recognition: All Employers are required to conduct Pre-Job Conferences before commencing with work (See Policy Decision I-3) Employers are required to

More information