Hamilton County 1916 Central Parkway Garage Concrete and Waterproofing Repairs

ITB 041-18

PROJECT MANUAL

Hamilton County Department of Facilities Hamilton County Courthouse 1000 Main Street Room B-95 , 45202 (513) 946-5000

THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: (513) 241-3222 Fax: (513) 241-2981

PROJECT MANUAL

HAMILTON COUNTY 1916 CENTRAL PARKWAY GARAGE 2018 CONCRETE AND WATERPROOFING REPAIRS

THE BOARD OF COUNTY COMMISSIONERS TODD PORTUNE, PRESIDENT DENISE DRIEHAUS, VICE PRESIDENT CHRIS MONZEL

JEFFREY ALUOTTO, COUNTY ADMINISTRATOR

JUDI BOYKO, ASSISTANT COUNTY ADMINISTRATOR

JUNE 2018

THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: (513) 241-3222 Fax: (513) 241-2981 Web: http://www.thpltd.com

Hamilton County 1916 Central Parkway Garage ITB No. 041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

TABLE OF CONTENTS

BIDDING DOCUMENTS

LEGAL ADVERTISEMENT PACKET ...... 1-10 INSTRUCTIONS TO BIDDERS – A.I.A. A701 (referenced) ...... 1 page SUPPLEMENTARY INSTRUCTIONS TO BIDDERS ...... 1-4 BID FORM ...... 1-11 SUBSTITUTION FORM ...... 1 page BID GUARANTY AND CONTRACT BOND ...... 1-2 NON-COLLUSION AFFIDAVIT OF BIDDER ...... 1 page EQUAL EMPLOYMENT OPPORTUNITY FORM ...... 1 page SMALL BUSINESS PROGRAM ...... 1-34 PREVAILING WAGE COORDINATOR ...... 1 page PREVAILING WAGES ...... 1-94

CONTRACT DOCUMENTS

STANDARD FORM OF AGREEMENT - A.I.A. A101 (referenced) ...... 1 page NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR ...... 1 page SUBCONTRACTOR'S EQUAL EMPLOYMENT OPPORTUNITY FORM 1 page AFFIDAVIT OF CONTRACTOR - PREVAILING WAGES ...... 1 page EMPLOYEE CLASSIFICATION FORM ...... 1-3 GENERAL CONDITIONS – A.I.A. A201 (referenced) ...... 1 page SUPPLEMENTARY CONDITIONS ...... 1-11

SPECIFICATIONS

DIVISION 1 GENERAL REQUIREMENTS 011000 SUMMARY OF WORK ...... 1-6 012100 ALLOWANCES ...... 1-3 012300 ALTERNATES ...... 1-2 012600 CONTRACT MODIFICATION PROCEDURES ...... 1-2 012900 PAYMENT PROCEDURES ...... 1-2 013300 SUBMITTAL PROCEDURES ...... 1-6 014000 QUALITY REQUIREMENTS ...... 1-4 014216 DEFINITIONS AND STANDARDS ...... 1-4 015000 TEMPORARY FACILITIES AND CONTROLS ...... 1-6 015600 BARRIERS ...... 1-3 017700 CLOSEOUT PROCEDURES ...... 1-6

DIVISION 03 CONCRETE

030100 CONCRETE REPAIRS ...... 1-15

June 2018 Table of Contents-1 Hamilton County 1916 Central Parkway Garage ITB No. 041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

DIVISION 07 THERMAL AND MOISTURE PROTECTION

071800 VEHICULAR TRAFFIC MEMBRANE ...... 1-15 079000 EXPANSION JOINTS ...... 1-7 079200 SEALANTS ...... 1-6

DIVISION 09 FINISHES

099100 HIGH PERFORMANCE COATINGS ...... 1-8

June 2018 Table of Contents-2

1. BIDDING DOCUMENTS

HAMILTON COUNTY PURCHASING DEPARTMENT

Purchasing Department 138 East Court Street, Room 507 Cincinnati, Ohio 45202 Phone: (513) 946-4355 Fax: (513) 946-4335 County Administrator Assistant County Administrator Jeffrey Aluotto Judi Boyko

Director of Purchasing: Board of County Commissioners: JoAnn Cramer, CPPB Todd Portune, President Denise Driehaus, Vice President Chris Monzel DATE OF ISSUANCE: June 01, 2018

INVITATION TO BID (ITB) NUMBER: ITB 041-18

INVITATION TO BID (ITB) NAME: 1916 Central Parkway Garage Concrete and Waterproofing Repairs

Date of Pre-Bid Conference: June 08, 2018

Deadline for Receiving Final ITB - Questions: June 13, 2018

Deadline for Receiving Final ITB - Answers: June 14, 2018

BID OPENING DATE: June 19, 2018

Small Business Goal: 5 %

This is a Prevailing Wage Project, the Budget $150,000 is:

Sealed proposals will be received at the Hamilton County Purchasing Department, Room 507, 138 East Court Street, Cincinnati, Ohio 45202, until 11:00 AM on the date listed above and will be read at that time. Bid opening will be held in Conference Room. Proposal forms, specifications, etc. may be obtained upon application at the ARC (American Reprographics Co) Office, 7157 E. Kemper Rd, Cincinnati, Ohio 45241, Phone: 513-326-2300, Toll Free: 800-966-2260, Fax: 513-326-2313or they may be electronically retrieved by accessing the following web site: http://www.hamilton-co.org/purchasing/.

1 THE BID BOND FOR THIS PREVAILING WAGE PROJECT IS:

A surety in the form of a cashier’s check drawn on a solvent financial institution, and made payable to the BOARD OF COUNTY COMMISSIONERS, in the amount of 10% (Ten Percent) of the total amount of the bid including any alternates, or a bond in the amount of 100% (One Hundred Percent) of the total amount of the bid including any alternates must accompany each proposal as a guarantee that if the proposal is accepted, a contract will be entered into. The surety must be submitted with the bid.

Failure to submit the bid bond with the bid will result in disqualification of the bid.

THE PERFORMANCE BOND FOR THIS PREVAILING WAGE PROJECT IS:

The successful Bidder will be required to furnish a corporate surety bond, made payable to the Board of County Commissioners, Hamilton County, for one hundred percent (100%) of the total amount of the contract price as a guarantee for the faithful performance thereof.

The submitted bond must be issued by a company licensed to conduct business in the State of Ohio.

DEPARTMENT INFORMATION (used for deliveries and access to building)

Southwest Ohio Region Workforce Department Name: Investment Board - WIB

Street Address: 1916 Central Parkway

City: Cincinnati

State: Ohio

Zip Code: 45202

In its efforts to promote small business participation in Hamilton County projects, it is the policy of the Hamilton County Board of Commissioners that no contracting decision or contract award shall be based upon race, color, creed, sex, national origin, age or other unlawful basis. However, Hamilton County is an equal business opportunity governmental entity, and has always provided and will continue to provide, equal business opportunities in accordance with this policy.

2 REGISTRATION FORM PLEASE READ AND ACKNOWLEDGE RECEIPT OF THIS DOCUMENT

ITB#: 041-18– 1916 Central Parkway Garage, Concrete and Waterproofing Repairs

All inquiries regarding this ITB are to be in writing and are to be mailed or faxed to:

Ms. Gina Richmond, CPPB 138 E. Court Street, Room 507 Cincinnati, Ohio 45202 Fax #: (513) 946-4335 [email protected]

The County will not entertain any oral questions regarding this ITB. Other than specified above, no bidder may contact any county official, employee, project team member or evaluation team member. Bidders are not to schedule appointments or have contact with any of the individuals connected to or having decision- making authority regarding the award of this ITB. Inappropriate contact including attempts to influence the ITB process, evaluation process or the award process by bidders or by others on their behalf will result in bid rejection.

The only appropriate contact is with the Purchasing Department as listed above.

Have you been banned from doing business with the State of Ohio? ______.

Please fax this page to the Purchasing Department at (513) 946-4335.

By faxing this page to the Purchasing Department you will be registering your company’s interest in this ITB, attendance at pre-bid conference and all ensuing addenda. Your signature is an acknowledgement that you have read and understand the information contained on this page.

DATE: COMPANY NAME: ADDRESS: REPRESENTATIVE’S NAME: TELEPHONE NUMBER: FACSIMILE NUMBER: EMAIL ADDRESS: NUMBER OF PEOPLE ATTENDING

PREBID (where applicable) SIGNATURE:

Registration helps insure that Bidders will receive any addenda to or correspondence regarding this bid invitation in a timely manner. Hamilton County will not be responsible for the timeliness of delivery via the U.S. Mail.

3

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS

1. The Board of County Commissioners reserves the right to reject any or all bids and, unless otherwise specified by the bidder, to accept any item in the bid. In case of error in extending the total amount of the bid, the unit price will govern.

2. Hamilton County, Ohio is an equal business opportunity governmental entity and recognizes that small businesses promote employment and economic growth. The County encourages the participation of small businesses on County projects.

3. (If applicable) The small business participation goal for this contract is five (5) %. The goal may be achieved by contracting with subcontractors and suppliers that meet the Small Business Administration’s detailed definitions or size standards (see www.sba.gov/size for more information).

4. The County will make the final payment when the materials, supplies, equipment, or the work performed has been fully delivered or completed to the full satisfaction of the Board of County Commissioners.

5. In case of default by the bidder or contractor, the Board of County Commissioners may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess costs occasioned thereby.

6. Prices must be stated in units or quantities specified.

7. Whenever a reference is made in the specifications or in describing the materials, supplies, or services required, of a particular trade name or manufacturer’s catalog or model number, the bidder, if awarded the contract, will be required to furnish the particular item referred to in strict accordance with the specifications and descriptions UNLESS a departure or substitution is clearly noted and described in the proposal by the bidder and accepted by the county.

8. The bidder, if awarded a contract or order, agrees to protect, defend, and hold harmless the Board of County Commissioners against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or from a part of the work covered by either order or contract. He/she further agrees to indemnify and hold harmless the Board of County Commissioners from suits or actions of every nature and description brought against it for or on account of any injuries or damages received or sustained by any party or parties by or from any acts of the contractor, his/her servants or agents. To this extent, the bidder or contractor agrees to furnish adequate Public Liability and Property Damage Insurance, the amount of which will be determined by the Board of County Commissioners wherever such insurance, in the opinion of the Board, is deemed necessary.

4 9. It is agreed that the bid shall be irrevocable for a period of sixty days (60) after it is opened by the Purchasing Department, and if accepted, the bidder will, within five days (5) after receiving notice of acceptance of said bid, enter into a contract in writing for the said material, supplies, or services required, with a surety to the satisfaction of the Board of County Commissioners, faithfully to perform said contract according to its terms and according to said specifications, and that bidder will promptly pay all damages and expenses occurring to said Board of County Commissioners by reason of the failure or refusal of the bidder to enter into said contract.

The Board of County Commissioners will treat all bidders alike in every respect, and they will take final action on this and all other bids no later than sixty days (60) after this and all other bids are opened aforesaid.

No bid shall be considered as accepted, nor any obligation assumed hereunder by the Board of County Commissioners, until such time as said Board of County Commissioners may deposit in the U.S. Mail written notice, addressed to the successful bidder or bidders at the address give on the bid of acceptance of the bid or award of a contract.

10. Samples, when requested, are returned at the bidder’s expense.

11. Proposals, to receive consideration, MUST BE RECEIVED prior to the specified time of opening and reading as designated in the invitation.

12. Bidders are required to use the proposal form furnished by the Purchasing Department when submitting their proposals. Envelopes must be sealed when submitted and the ITB # prominently written/displayed on the outside of the envelope/packages.

13. Proposals having erasures or corrections thereon will be rejected unless explained or noted over the signature of the bidder.

14. Bidders may submit proposals on any one or group of items provided, however, the unit price is shown as requested.

15. References in the specifications or in describing the materials, supplies, or services required, of a particular trade name, manufacturer’s catalog or model number, are made for descriptive purposes to guide in interpreting the type of materials, supplies, or of performing the work in a manner other than specified. However, the bidder’s attention is called to Item 7 as previously stated, which condition must be strictly adhered to.

16. Concealed weapons, whether with or without a permit, are not allowed in any Hamilton County Building. ORC states that "Unless otherwise authorized by law, pursuant to the Ohio Revised Code, no person shall knowingly possess, have under the person's control, convey, or attempt to convey a deadly weapon or dangerous ordnance onto these premises."

5 17. Employment Opportunities, Bidders who are awarded contracts are required to submit all employment opportunities to Ohio Means Jobs. Please log on to http://superjobs.com/. Under the "Employers" menu please select "Fill staffing needs". Provide the information requested in the available fields.

If you need further assistance, please contact Chuck Walters - Business Services manager at (513) 946-7242 or [email protected].

18. The bid tabulation that is entered in the system is a preliminary summary of the bids as they were opened and announced at the bid opening. Bid prices have not been verified and are subject too change in the event mathematical errors are discovered during bid review. Other information contained in this summary is also subject to review. The awarded bid tabulation will be the final version of the bid results.

TAXES

OHIO SALES TAX: Not applicable to County purchases.

FEDERAL EXCISE TAX: Not applicable to purchases for essential government functions.

6 PROPOSAL OR BID

In compliance with the foregoing invitations for bids, and subject to all conditions set forth, the undersigned offers and agrees, after having carefully examined the specifications, if this bid is accepted within a reasonable time from the date of the opening, to furnish any or all of the items upon which prices are quoted, in accordance with the specifications applying, at the price set opposite each item.

The Legal Advertisement, General Conditions, Special Conditions, Instructions to Bidders, and Specifications and Plans become a part of this proposal.

TAXES: Ohio Sales Taxes are not applicable to Hamilton County purchases.

TAX ID #:______

PRINT NAME: ______

SIGNATURE: ______

TITLE: ______

NAME OF COMPANY: ______

NOTE: Your attention is called to the fact that a bond or certified check must accompany this proposal if so specified in the “INVITATION”.

HAVE YOU PROPERLY SIGNED YOUR BID AND BOND?

DATED

ADDRESS

PHONE NUMBER

7

PERSONAL PROPERTY TAX STATEMENT

In accordance with Section 5719.042 of the Ohio Revised Code, I hereby certify that the company I represent is not delinquent in the payment of personal property taxes to the State of Ohio or any subdivision thereof.

SIGNATURE

PRINT NAME

TITLE

TO BE COMPLETED BY NOTARY PUBLIC

On ______, there appeared before me DATE

______, saying that he/she is PRINT NAME

______of, PRINT TITLE

______, PRINT NAME OF COMPANY and that he/she understands all of the implications of the above statement and has signed in good faith.

SIGNATURE OF NOTARY PUBLIC

8

WARRANTY AGAINST AN UNRESOLVED FINDING FOR RECOVERY (formerly State of Ohio Debt)

In accordance with Section 9.24 of the Ohio Revised Code, I hereby certify that the company I represent does not owe any money to the State of Ohio.

SIGNATURE

PRINT NAME

TITLE

TO BE COMPLETED BY NOTARY PUBLIC

On ______, there appeared before me DATE

______, saying that he/she is PRINT NAME

______of , PRINT TITLE

______PRINT NAME OF COMPANY and that he/she understands all of the implications of the above statement and has signed in good faith.

SIGNATURE OF NOTARY PUBLIC

9 CERTIFIED CHECK

If you are submitting a Certified Check: Check #______dollars

drawn on ______bank is herewith submitted and deposited in lieu of bond under the same terms and conditions as set forth.

PRINT NAME______of,

PRINT NAME OF COMPANY ______

Date SIGNATURE

10

AIA Document A701-1997 Edition, "Instructions to Bidders”, as published by the American Institute of Architects is hereby made part of these specifications, to the same extent as if bound herein.

AIA Cincinnati PO Box 889 Milford, OH 45150 Phone: 513.421.4661

The above AIA Document may be purchased at https://documentsondemand.aia.org/

AIA 101 Reference Document Hamilton County 1916 Central Parkway Garage ITB No. 041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

SUPPLEMENTARY INTRUCTIONS TO BIDDERS

1. GENERAL

1.01 RELATED DOCUMENTS:

Where any article of A.I.A. A701 “Instructions to Bidders” is supplemented herein, the unaltered provisions shall remain in effect.

2. MODIFICATIONS

2.01 ARTICLE 1 - DEFINITIONS

A. Paragraph 1.1 substitute the words “Legal Advertisement” for “Invitation to Bid”.

2.02 ARTICLE 3 – BIDDING DOCUMENTS

A. Delete paragraph 3.1.1 and substitute the following:

3.1.1 “Refer to the Legal Advertisement for procedures for viewing and purchasing Bidding Documents”.

B. Add the following paragraph:

3.3.1.1 “The bid price stipulated on the bid form shall be based on the specified standards, including any addendums”.

C. Delete paragraph 3.3.4 and substitute the following:

3.3.4 “Alternately, if the bidder wishes to propose substitutions which have not been considered prior to submission of bids, he may list said substitution (s) on the substitution form which is provided with the bid form. Bidder shall clearly define the proposed substitution and state difference in cost if any from the base Bid indicated on the Bid Form. If no substitutions are proposed, Bidder shall state such on the Substitution Form. Substitutions do not affect the determining of the low bid. The Architect’s decision on suitability of the substitution is final. The substitution will be accepted or rejected prior to signing the contract. No substitutions will be considered after the contract is executed”.

D. Modify Paragraph 3.4.3 by substituting the following:

3.4.3 Replace the words “four days prior to the date” with the word “three days prior to the date”

June 2018 Supplementary Instructions To Bidders-1 Hamilton County 1916 Central Parkway Garage ITB No. 041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

2.03 ARTICLE 4 – BIDDING PROCEDURE

A. Delete paragraph 4.2.2 and substitute the following:

10.2.2 “A surety, in the form of the combined Bid Guaranty and Contract Bond, included herein, and as dictated in the Legal Advertisement, must accompany each proposal as a guarantee that if the proposal is accepted, a contract will be entered into."

B. Add the following paragraph:

4.3.5 “Bids shall be mailed or delivered in duplicate in a sealed envelope addressed to the Board of County Commissioners of Hamilton County, Room 507, County Administration Building, 138 East Court Street, Cincinnati, Ohio, 45202. Mark the envelope with the project title, the bidder’s name, and the bidder’s address. Include all of the following forms properly executed in duplicate:

1. Bid Form 2. Bid Guaranty and Contract Bond or other acceptable form of bid security 3. Noncollusion Affidavit of Bidder 4. Personal Property Tax Form 5. Bidder’s Certification Concerning EEO Requirements.

Bidders are cautioned to submit ALL FORMS PROPERLY EXECUTED.

2.04 ARTICLE 5 – CONSIDERATION OF BIDS

A. Add the following paragraph:

5.2.1 “The Owner shall have the right to reject a bid, if in the opinion of the Owner and Architect the Bidder is not qualified to perform the work”.

2.05 ARTICLE 6 – POST BID INFORMATION

A. Add the following paragraph:

6.1.1 “In addition to A.I.A. Document A305, Bidder(s) shall submit additional information, when requested, including client references, staffing information, and project experience.”

June 2018 Supplementary Instructions To Bidders-2 Hamilton County 1916 Central Parkway Garage ITB No. 041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

B. Delete paragraph 6.3.1 and replace with the following:

6.3.1 “Bidder will be notified of selection of award by receipt of an Owner/Contractor Agreement from the Owner. Bidder shall properly execute and return to Owner within ten days, the following documents and information in duplicate.

1. Owner/Contractor Agreement 2. Performance Surety. 3. Certificate of Insurance. 4. Worker’s Compensation Certificate. 5. Schedule of Values, for various trades broken down by material and labor. 6. List of any proposed subcontractors and suppliers. 7. Non-Collusion Affidavit of all subcontractors.

No contract shall be deemed to exist until a fully executed Owner/Contractor Agreement has been received by the Contractor from the Owner.

2.06 ARTICLE 7 – PERFORMANCE BOND

A. Delete paragraph 7.2 TIME OF DELIVERY AND FORM OF BONDS, and replace with the following:

“The successful bidder shall furnish Performance Surety in the form of a bond in the amount of 100% (one hundred percent) of the total amount of the contract, including any additional alternates. A bond must be supported by credentials showing Power of Attorney of the agent, and be issued by a surety company authorized by the Ohio Department of Insurance to transact business in the State of Ohio.”

3. ADDITIONAL INSTRUCTIONS

3.01 ARTICLE 9

A. The County is exempt from all sales tax.

B. A Pre-Bid Site Inspection will be held as stated in the Legal Advertisement.

1. Among issues to be reviewed will be security and Owner’s use of the premises during construction. 2. The various conditions and the scope of work.

C. Bidders shall have demonstrated skills in the work to be performed. The contractor’s employees and the superintendent shall have a minimum of

June 2018 Supplementary Instructions To Bidders-3 Hamilton County 1916 Central Parkway Garage ITB No. 041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

five years experience performing this type of work, with experience on at least five similar projects.

D. All work shall be substantially completed by the date stated in the Bid Form.

E. All work shall be performed during the working hours stated in the Bid Form.

END OF DOCUMENT

June 2018 Supplementary Instructions To Bidders-4 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

BID FORM

ACKNOWLEDGMENT OF BIDDER:

Submitted by: ______(enter company name here)

TO: The Board of County Commissioners, Hamilton County, Ohio Hamilton County Purchasing Department Room 507, County Administration Building 138 East Court Street Cincinnati, Ohio 45202

We, the undersigned, having visited the site, carefully studied the local conditions affecting the cost of the work, and having thoroughly examined the Bidding Documents, consisting of the Instructions to Bidders, this Proposal Form, Bonding Requirements, Contract Form, General and Supplementary Conditions, Technical Specifications, Drawings, and Addenda for the Project titled:

1916 Central Parkway Garage Concrete and Waterproofing Repairs ITB# 041-18 prepared by THP Limited, Inc. 100 East Eighth Street, Cincinnati, Ohio 45202, for the Board of County Commissioners, Hamilton County, Ohio, do hereby propose to perform all work required to be performed, and to provide and furnish equipment, transportation services, and temporary installations necessary to perform and complete, in a workmanlike manner, such items of work hereinafter designated by and for the sum of money set forth for said items.

ACKNOWLEDGMENT OF ADDENDA:

The undersigned acknowledges receipt of the following Addenda to the Contract documents (indicate Addendum Number and Issue Date):

Addendum No. ______Date: ______Page(s): ______Addendum No. ______Date: ______Page(s): ______Addendum No. ______Date: ______Page(s): ______Addendum No. ______Date: ______Page(s): ______Addendum No. ______Date: ______Page(s): ______Addendum No. ______Date: ______Page(s): ______

June 2018 Bid Form -1 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

A. BIDDER AGREEMENTS:

The undersigned Bidder Agrees:

1. To accept the provisions of these Instruction to Bidders, General Conditions, Supplementary Conditions and Division 1 of the Specifications. 2. To provide and include a Bid Guaranty and Contract Bond as dictated in the Legal Advertisement. 3. That the amounts stated in this Proposal Form represents the entire cost of the work. The completion time stated represents the entire time for performance of the work. The amount bid includes allowances for all fees for permits, taxes and insurance required or applicable to the work. That no claims will be made for any increases in wage scales or material costs. 4. To certify that this bid is genuine not sham or collusive or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding and that the undersigned bidder has not in any manner sought by collusion to secure for himself and advantage over any other bidder. 5. And certifies that (we) (he) (they) (has) (have not) previously performed work subject to the President's Executive Order No. 11246. 6. That this bidder will comply with all City, State, and Federal Statutes relating to Liability Insurance, Working Hours, Minimum Wages, Safety and Sanitary Regulations, which in any way may affect those engaged or employed on the work in the event that the award of the Contract is made on the Proposal herein submitted. 7. That the bidder will comply with any new laws or acts regulating public buying procedures. 8. Refer to additional instructions for bidder registration process (See Article 9 in Supplementary Instructions to Bidders).

B. BID FORM STIPULATIONS:

1. The wording of this proposal shall be used throughout, without damage, alteration or addition. Any change in wording may cause it to be rejected. 2. Include all required forms. 3. Bid amounts shall be provided in both words and figures. The worded amount shall govern in the case of discrepancies. 4. All irregular bid amounts or bid forms may be rejected or deemed non-responsive by the Hamilton County Board of County Commissioner's. All Bid Form questions must be faxed to Hamilton County Purchasing four (4) business days prior to the bid opening. Any bidder that does not question a Bid Form procedure and erroneously enters a bid waives the right to take further action against the County or THP Limited, Inc.

June 2018 Bid Form -2 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

C. ALLOWANCES:

The Contractor shall include an allowance in his bid of $5,000 for incidentals associated with this project. Although not shown as a separate line item, the allowance shall be included in the "TOTAL" price supplied in the Bid Proposal. If unused, this money will be return to the County at the end of the project or at the County's request.

D. ADDITIONAL BID REQUIREMENTS:

The Bidder is instructed to review the “Summary of Work” for information on “Time of Completion”, “Work Hours”, “Permits” and “Prime and Sub-Contractors Assignments”. The “General Conditions” and “Supplementary Conditions” for information on “Asbestos” and the “Legal Advertisement” for information on “Pre-Bid Meetings”.

E. BID PROPOSALS:

Each bidder is required to fill out all entries in the proposal section. Enter "NO BID" where no bid will be entered for this proposal.

BASE BID

TOTAL COST - (includes allowance stipulated in Part "C")

$

(enter amount in words) (enter amount in numbers)

For reference only provide a breakdown of the total prices listed in the Base Bid. This breakdown is solely a reference tool to be used by the County and shall not enter into the determination of the winning bidder for this project.

Base Bid Material: $______(in numbers)

Base Bid Labor: $______(in numbers)

Allowance: $______(in numbers)

June 2018 Bid Form -3 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

The summation of the following itemization will equal the total amount of the Base Bid provided in the space above:

a) General Conditions, Mobilization, Demobilization, Barricades, etc., plus any other efforts not itemized elsewhere ($______)

b) Total cost of Unit Price work, per quoted Unit Prices listed in Section G, multiplied by allowance quantities listed in Specification Section 012100 ($______) c) Installation of compressible foam expansion joints, including the cost to patch the existing blockouts. ($______)

d) Preparation and installation of vehicular traffic membrane, including the cost for deck preparation. ($______)

e) Cash Allowance ($______)

F. ALTERNATES:

ALTERNATE NO. 1 Prepare concrete surfaces and install high performance coating to walls, beams, and columns.

ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

ALTERNATE NO. 2 Shore and repair beam haunch at Line 3

ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

June 2018 Bid Form -4 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

G. UNIT PRICES:

UNIT PRICE #1 Partial depth concrete slab repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #2 Full depth concrete slab repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #3 Concrete joist bottom repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #4 Concrete joist full depth repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #5 Concrete beam bottom repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

(continued on next page)

June 2018 Bid Form -5 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

UNIT PRICE #6 Overhead concrete slab repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #7 Cove sealant repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #8 Isolation joint sealant repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

UNIT PRICE #9 Crack rout and seal repair ADD / DEDUCT TOTAL COST $

(enter amount in words) (enter amount in numbers)

June 2018 Bid Form -6 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

[ ] (check here) All Prime Contractors hereby acknowledge and accept all responsibilities assigned to them by the General Conditions, Supplementary General Conditions, and Division One. All fees for supervision and coordination are included in the bids.

Bids submitted by virtue of this Proposal hereby are acknowledged by the Owner to be made under the conditions that the Bidder will not be prevented, on account of strikes or other disruptions affecting source of supply, from obtaining materials necessary to carry out his contract to complete the construction covered thereby.

It is understood and agreed by the undersigned that the Owner reserves the right to reject any and all bids.

It is agreed that this Proposal shall be irrevocable for a period of Sixty (60) days after receipt of same by the Owner at the Day and Place set forth in the "Legal Advertisement".

Firm Name:

( ) Corporation ( ) Partnership ( ) Sole Proprietorship (check one)

Authorized Offerror (print name):

Authorized Signature (sign name):

Title:

Official Address:

Telephone Number:

June 2018 Bid Form -7 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

PERSONAL PROPERTY TAX STATEMENT

In accordance with Section 5719.042 of the Ohio Revised Code, I hereby certify that the company I represent is not delinquent in the payment of personal property taxes to the State of Ohio or any subdivision thereof.

SIGNATURE

PRINT NAME

TITLE

TO BE COMPLETED BY NOTARY PUBLIC

On ______, there appeared before me DATE

______, saying that he/she is PRINT NAME

______of, PRINT TITLE

______, PRINT NAME OF COMPANY and that he/she understands all of the implications of the above statement and has signed in good faith.

SIGNATURE OF NOTARY PUBLIC

June 2018 Bid Form -8 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

WARRANTY AGAINST AN UNRESOLVED FINDING FOR RECOVERY (formerly State of Ohio Debt)

In accordance with Section 9.24 of the Ohio Revised Code, I hereby certify that the company I represent does not owe any money to the State of Ohio.

SIGNATURE

PRINT NAME

TITLE

TO BE COMPLETED BY NOTARY PUBLIC

On ______, there appeared before me DATE

______, saying that he/she is PRINT NAME

______of , PRINT TITLE

______PRINT NAME OF COMPANY and that he/she understands all of the implications of the above statement and has signed in good faith.

SIGNATURE OF NOTARY PUBLIC

June 2018 Bid Form -9 SUBSTITUTION FORM

This sheet shall be attached to all Proposals submitted.

NOTE: If no substitutions are made as a part of this Bid, the Bidder shall attach this form to the Bid Form with the words "NO SUBSTITUTIONS".

All Bids as indicated on the Bid Form shall be based on the "Standards" specified.

Bidders desiring to make substitutions for "Standards" specified shall list such proposed substitutions below; together with the proposed amount to be added to or to be deducted from the amount of their bid as indicated on the Bid Form. After the bids are received, substitutions must be reviewed and approved by the Architect prior to acceptance by the Owner. The Owner reserves the right to accept or reject the proposed substitutions. Should the Architect or Owner reject the proposed substitution, the Bid amount for the specified “Standards”, as indicated on the Bid Form, shall prevail.

Specification Brand or Name Proposed Cost Change Section Specified Substitutions (add/deduct)

BID GUARANTY AND CONTRACT BOND (Section 153.571 OHIO REVISED CODE)

KNOW ALL MEN BY THESE PRESENTS, that the undersigned______

______(Name and Address) as Principal and______(Name of Surety)

______as Surety, are hereby held and firmly bound unto Hamilton County, Ohio, hereinafter called the Obligee, in the penal sum of the dollar amount of the bid submitted by the Principal to the Obligee on ______to undertake the project known as: ______

______

______

The penal sum referred to herein shall be the dollar amount of the Principal’s bid to the Obligee, incorporating any additive or deductive alternate proposals made by the Principal on the date referred to above to the obligee, which are accepted by the Obligee. In no case shall the penal sum exceed the amount of ______dollars ($______). (If the above line is left blank, the penal sum will be the full amount of the Principal’s bid including alternates. Alternatively, if completed, the amount stated must not be less than the full amount of the bid, including alternates, in dollars and cents. A percentage is not acceptable.) For the payment of the penal sum well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above named Principal has submitted a bid on the above referred to project:

NOW, THEREFORE, if the Obligee accepts the bid of the Principal and the Principal fails to enter into a proper contract in accordance with the bid, plans, details, specifications, and bills of material; and in the event the Principal pays to the Obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract with the next lowest bidder to perform the work covered by the bid; or in the event the Obligee does not award the contract to the next lowest bidder and resubmits the project for bidding, the Principal will pay the Obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid, or the costs, in connection with the resubmission, of printing new contract documents, required advertising and printing and mailing notices to prospective bidders, whichever is less, then this obligation shall be void, otherwise to remain in full force and effect. If the Obligee accepts the bid of the Principal and the Principal within ten days after the awarding of the contract, enters into a proper contract in accordance with the bid, plans, details, specifications, and bills of material, which said contract is made a part of this bond the same as though set forth herein; and IF THE SAID Principal shall well and faithfully perform each and every condition of such contract; and indemnify the State of Ohio, Hamilton County, Ohio, against all damage suffered by failure to perform such contract according to the provisions thereof and in accordance with the plans, details, specifications, and bills of material therefore; and shall pay all lawful claims of subcontractors, materialmen, and laborers, for labor performed and materials furnished in the carrying forward, performing, or completing of said contract; we agreeing and assenting that this undertaking shall be for the benefit of any materialman or laborer having a just claim, as well as for the Obligee herein; then this obligation shall be void; otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated.

THE SAID Surety hereby stipulates and agrees that no modifications, omissions, or additions, in or to the terms of said contract or in or to the plans and specifications therefore shall in any wise affect the obligations of said Surety on this bond, and it does hereby waive notice of any such modifications, omissions or additions to the terms of the contract or to the work or to the specifications.

SIGNED AND SEALED This ______day of ______, 20___

PRINCIPAL: ______

By:______

TITLE: ______

SURETY: SURETY COMPANY ADDRESS:

______Street BY: ______Attorney-in-Fact ______City Street ZIP

Approved ______, 20___

BOARD OF COUNTY COMMISSIONERS SURETY AGENTS ADDRESS: HAMILTON COUNTY, OHIO ______Agency Name

______Street ______

______City Street ZIP NON-COLLUSION AFFIDAVIT THIS AFFIDAVIT MUST BE FILLED OUT AND EXECUTED BY THE BIDDER; IF THE BID IS MADE BY A CORPORATION, THEN BY ITS PROPERLY AUTHORIZED AGENT ------State of Ohio, County of Hamilton, ss.

______(name of company)

______(name of bidder(s)) being duly sworn ______depose and say that ______(himself/herself/themselves) (he/she/they) reside at: ______(give residence of each bidder)

______(give residence of each bidder)

______(give residence of each bidder) and that:

______(give names of all persons, firms or corporations interested in bid)

______(give names of all persons, firms or corporations interested in bid)

is/are the only person(s) interested with ______(give company name) in the profits of the Contract to be predicated on the within bid; that the said Contract will be performed without any connection or interest in the profits thereof with any other person making any bid or proposal for said work; that said bid, in on ______part, (his/her/their) in all respects fair, and without collusions or fraud; and also that no member of the Board of County Commissioners, or any other officer or employee of Hamilton County, is directly or indirectly interested therein.

Subscribed and sworn this ______day of ______(enter month and day) (enter year) before me

______Notary Public Bidder BIDDER'S CERTIFICATION

CONCERNING EQUAL EMPLOYMENT OPPORTUNITY REOUIREMENTS

1. ______certifies that it intends to use the following listed construction trades in the work under the contract:

______

______

______

2. ______certifies that it intends to comply with

Section 153.59 and other applicable provisions of the Ohio Revised Code regarding equal employment consideration for contractors and subcontractors in the construction of government buildings. I will comply with the provisions of

153.59 O.R.C. by either (a) being a signator to the Greater Cincinnati Plan; or (b) provision to the owner, the Board of County Commissioners, my Equal

Employment Opportunity Compliance Plan.

3. The Bidder will obtain from each of its subcontractors and submit to the

Board of County Commissioners prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions.

______

Authorized Representative of Bidder THE HAMILTON COUNTY SMALL BUSINESS PROGRAM

I. Purpose:

The United States Supreme Court cases of City of Richmond v. J.A. Croson Company, 488 U.S. 469, 103 L. Ed. 2d 854, 109 S. Ct. 706 (1989) and Adarand v. Pena 515 U.S. 200, 132 L.Ed. 2d 158, 115 S. Ct. 2097(1995) have held that all government contracting programs using race-based classifications must be adjudicated under the highest constitutional standard of “strict- scrutiny”. All racial classifications are constitutional only if they are narrowly tailored measures that further a compelling government interest. The Board of Commissioners, Hamilton County, Ohio, (“Board”) finds that there is no compelling governmental interest which would meet the strict scrutiny standard. The Board does find, however, that small businesses provide employment and economic growth in Hamilton County, Ohio. The Board further finds that encouraging the participation of small business in Hamilton County construction projects undertaken by departments reporting through the County Administrator to the Board (“Project(s)”) will benefit all residents of Hamilton County, Ohio. In its efforts to promote small business participation in Hamilton County Projects, it is the policy of the Board that no contracting decision or contract award shall be based upon race, color, creed, sex, national origin, age or other unlawful basis. However, Hamilton County is an equal business opportunity governmental entity, and has always provided, and will continue to provide, equal business opportunities in accordance with this policy.

II. Definition of Small Business

“Small Business” is defined as a business concern that is independently owned and operated and which meets the detailed definitions or size standards established by the Administrator of the Small Business Administration. These size standards are attached hereto as Appendix A. In addition, those businesses that qualify as a Small Business are encouraged to become a certified minority or women-owned business, if appropriate. A Small Business can receive certification by any of the agencies listed in Appendix B, attached hereto.

III. Director of the Hamilton County Small Business Program

There shall be created within the Department of Administrative Services, the Office of the Director of the Hamilton County Small Business Program (“Program Director”). The Program Director shall generally administer the Small Business Program set out herein and make recommendations through the Director of Administrative Services and County Administrator to the Board of County Commissioners of Hamilton County to increase the level of Small Business participation in Hamilton County Projects. IV. Duties of the Director of the Hamilton County Small Business Program

The Program Director shall work with the Hamilton County Departments and, where appropriate, the Project’s construction manager, project manager or architect to do the following:

1. Identify potential Small Business prime Trade Contractors;

2. Identify potential Small Business subcontractors for prime Trade Contractors;

3. Verify compliance with the Small Business Program; and,

4. Provide assistance throughout the Project to Small Business subcontractors where such assistance may not be available from prime Trade Contractors.

V. Actions to be taken to Promote Participation of Small Businesses in Hamilton County Projects

1. Qualified Small Businesses Identification

a. The Program Director shall obtain, and make available listings of Small Business contractors by trade, location and bid activity.

b. During a Project’s prebid phase, the Program Director shall initiate a comprehensive notice program. Utilizing available Small Business listings, the Program Director will provide Small Business Contractors with notice of potential prime Trade Contractor opportunities upon which the Small Business could bid.

2. Small Business Listings and Agencies with which the Program Director will use to help promote the Small Business Program:

African American Chamber Of Commerce Cincinnati Business Incubator Cincinnati Minority Business Development Center Cincinnati Minority Supplier Development Council Directory City of Cincinnati Equal Business Opportunity Program Listings Inc. Greater Cincinnati Chamber of Commerce Hamilton County Business Center Hamilton County Development Center Hamilton County’s Director of Small, Minority, and Female Owned Businesses Northern Chamber of Commerce Small Business Incubator of Northern Kentucky University State of Ohio and State of SBA 8(a) Contractors Listing

2

State of Ohio Equal Opportunity Center Listing U.S. Small Business Administration University of Cincinnati Small Business Development Center Women Entrepreneurs, Inc.

3. Utilization of Small Business Listings

a. The Program Director will make available Small Business listings to prime Trade Contractors as a resource for identifying subcontractors. Prime Trade Contractors are expected to demonstrate and document “good faith efforts” to utilize Small Businesses based upon the following criteria:

Trade or Service Area Interest Competitive Pricing Experience Availability Size Bonding

b. Information from the Small Business listings shall be made available to interested prime Trade Contractors and their suppliers. Potential prime Trade Contractors and their suppliers shall also be notified of pre-bid activities. Prime Trade Contractors, anticipated to submit bids, and the successful lowest and best bidder will also be provided information from the above listings.

4. Bid Package Design

The Hamilton County Department Head, or its designee in conjunction with the Program Director shall review project bid packages. Subject to competitive bidding requirements, cost effectiveness, and schedule compliance, bid packages will be designed to encourage participation by Small Business contractors as prime Trade Contractors, subcontractors and/or suppliers. A small business participation goal will be set in prime Trade Contracts where prime Trade Contractors would normally utilize subcontractors and suppliers.

5. Bid Advertisement

In addition to the formal advertisement procedures required by law, the Program Director will notify Small Businesses of contract availability by directly contacting Small Businesses or by notifying small business assistance organizations of the contract availability. The Program Director may also follow written notices of contract availability by telephone contacts with potential bidders.

6. Technical Assistance Program

3

The Program Director may recommend to the Board that bids be solicited for one or more technical assistance programs to help small, minority and woman owned businesses. The technical assistance programs would provide, among other things, community outreach programs, seminars on bonding, bid preparation workshops, networking, and joint venture opportunities. Any bidder selected to provide these services shall be required to submit status reports to the Program Director reporting on the programs provided, the outreach efforts, participating companies, and other pertinent information on the services provided to Small Businesses.

7. Contract Award

In an effort to encourage Small Business participation, the Board will include within the Project bid manuals; special provisions that are substantially similar to those contained in Appendix C, attached hereto. As required by the Ohio Revised Code, the Board must award all prime Trade Contracts for Hamilton County Projects to the “lowest and best” bidder, based upon announced evaluation criteria. The Program Director will work with the appropriate County staff or the County’s Project Manager, Construction Manager or Architect to ensure that the following criteria will be included in the Project evaluation criteria set forth in the County’s bid documents:

The Bidder is either a Small Business or agrees to meet the Small Business goals for this contract.

VI. Actions to be taken to Monitor Participation of Small Businesses in Hamilton County Public Works Projects

1. The Program Director shall explore and make recommendations to the Board through the Director of Administrative Services and County Administrator, regarding the best method to accurately monitor participation levels of small, minority owned and women owned business in the Hamilton County Projects.

2. Among other steps to be taken, on recommendation of the Program Director to the Board, an auditing firm may be employed to accurately report participation levels of small, minority owned, and women owned businesses as directed in each contract at regular intervals.

3. Each Project bid package shall require the successful bidder to accurately report the participation levels of small, minority owned, and women owned businesses on the forms substantially similar to those attached hereto as Appendix D.

4

Small Business Program – Appendix A

The general range of Small Business Administration (SBA) size standards by industry division follows:

Construction – General building and heavy construction contractors have a size standard of $28.5 million in average annual receipts. Special trade construction contractors have a size standard of $12 million.

Manufacturing – For approximately 75 percent of the manufacturing industries, the size standard is 500 employees. A small number have a 1,500 employee size standard and the balance have a size standard of either 750 or 1,000 employees.

Mining – All mining industries, except mining services, have a size standard of 500 employees.

Retail Trade – Most retail trade industries have a size standard of $6 million in average annual receipts. A few, such as grocery stores, department stores, motor vehicle dealers and electrical appliance dealers, have higher size standards. None are above $24.5 million.

Services – For the service industries, the most common size standard is $6 million in average annual receipts. Computer programming, data processing and systems design have a size standard of $21 million. Engineering and architectural services have different size standards, as do a few other service industries. The highest annual receipts size standard in any service industry is $29 million. Research and development and environmental remediation services are the only service industries with size standards stated in number of employees.

Wholesale Trade – For all wholesale trade industries, a size standard of 100 employees is applicable for loans and other financial programs. When acting as a dealer on Federal contracts set aside for small business or issued under the 8(a) program, the size standard is 500 employees and the firm must deliver the product of a small domestic manufacturer, as set forth in SBA’s nonmanufacturer rule, unless waived by the SBA for a particular class of product. However, for those procurements made under the Simplified Acquisition Procedures of the FAR and where the purchase does not exceed $25,000, the nonmanufacturer may deliver the goods of any domestic manufacturer.

Other Industries – Other industry divisions include: Agriculture; transportation, communications, electric, gas, and sanitary services; and finance, insurance and real estate. Because of wide variation in the industry structure of the industries in these divisions, there is no common pattern of size standards. For specific size standards refer to the size regulations in 13 CFR § 121.201 or the table of small business size standards.

5

A full table of Small Business Size Standards matched to the North American Industry Classification System (NAICS) can be obtained by visiting the SBA website, sba.gov/size.

Selected Sections of the Code of Federal Regulations

§121.105 How does SBA define "business concern or concern"? (a) A business concern eligible for assistance from SBA as a small business is a business entity organized for profit, with a place of business located in the United States, and which operates primarily within the United States or which makes a significant contribution to the U.S. economy through payment of taxes or use of American products, materials or labor. (b) A business concern may be in the legal form of an individual proprietorship, partnership, limited liability company, corporation, joint venture, association, trust or cooperative, except that where the form is a joint venture there can be no more than 49 percent participation by foreign business entities in the joint venture. (c) A firm will not be treated as a separate business concern if a substantial portion of its assets and/or liabilities are the same as those of a predecessor entity. In such a case, the annual receipts and employees of the predecessor will be taken into account in determining size.

§121.107 How does SBA determine a concern's "primary industry"? In determining the primary industry in which a concern or a concern combined with its affiliates is engaged, SBA considers the distribution of receipts, employees and costs of doing business among the different industries in which business operations occurred for the most recently completed fiscal year. SBA may also consider other factors, such as the distribution of patents, contract awards, and assets.

§121.104 How does SBA calculate annual receipts? (a) Definitions. In determining annual receipts of a concern: (1) Receipts means "total income" (or in the case of a sole proprietorship, "gross income") plus "cost of goods sold" as these terms are defined or reported on Internal Revenue Service (IRS) Federal tax return forms; Form 1120 for corporations; Form 1120S for Subchapter S corporations; Form 1065 for partnerships; and Form 1040, Schedule F for farm or Schedule C for sole proprietorships). However, the term receipts excludes net capital gains or losses, taxes collected for and remitted to a taxing authority if included in gross or total income, proceeds from the transactions between a concern and its domestic or foreign affiliates (if also excluded from gross or total income on a consolidated return filed with the IRS), and amounts collected for another by a travel agent, real estate agent, advertising agent, conference management service provider, freight forwarder or customs broker. (2) Completed fiscal year means a taxable year including any short period. Taxable year and short period have the meaning attributed to them by the IRS. (3) Unless otherwise defined in this section, all terms shall have the meaning attributed to them by the IRS. (b) Period of measurement. (1) Annual receipts of a concern which has been in business for 3 or more completed fiscal years means the receipts of the concern over its last 3 completed fiscal years divided by three.

6

(2) Annual receipts of a concern which has been in business for less than 3 complete fiscal years means the receipts for the period the concern has been in business divided by the number of weeks in business, multiplied by 52. (3) Annual receipts of a concern which has been in business 3 or more complete fiscal years but has a short year as one of those years means the receipts for the short year and the two full fiscal years divided by the number of weeks in the short year and the two full fiscal years, multiplied by 52. (c) Use of information other than the Federal tax return. Where other information gives SBA reason to regard Federal Income Tax returns as false, SBA may base its size determination on such other information. (d) Annual receipts of affiliates. (1) If a concern has acquired an affiliate or been acquired as an affiliate during the applicable averaging period or before small business self-certification, the annual receipts in determining size status include the receipts of both firms. Furthermore, this aggregation applies for the entire applicable period used in computing size rather than only for the period after the affiliation arose. Receipts are determined for the concern and its affiliates in accordance with paragraph (b) of this section even though this may result in different periods being used to calculate annual receipts. (2) The annual receipts of a former affiliate are not included as annual receipts if affiliation ceased before the date used for determining size. This exclusion of annual receipts of a former affiliate applies during the entire period used in computing size, rather than only for the period after which the affiliation ceased. [61 FR 3286, Jan. 31, 1996, as amended at 65 FR 48604, Aug. 9, 2000]

§121.106 How does SBA calculate number of employees? (a) Employees counted in determining size include all individuals employed on a full-time, part- time, temporary, or other basis. SBA will consider the totality of the circumstances, including factors relevant for tax purposes, in determining whether individuals are employees of the concern in question. (b) Where the size standard is number of employees, the method for determining a concern's size includes the following principles: (1) The average number of employees of the concern is used (including the employees of its domestic and foreign affiliates) based upon numbers of employees for each of the pay periods for the preceding completed 12 calendar months. (2) Part-time and temporary employees are counted the same as full-time employees. (3) If a concern has not been in business for 12 months, the average number of employees is used for each of the pay periods during which it has been in business. (4) The treatment of employees of former affiliates or recently acquired affiliates is the same as for size determinations using annual receipts in §121.104(d).

7

Small Business Program - Appendix B

Hamilton County, Ohio Small Business Program Recognized Certification Agencies

City of Cincinnati Office of Contract Compliance U.S. Small Business Administration (SBA) Small Business Enterprise Program Columbus District Office 805 Central Avenue, Suite 130 8(a) Business Development Program Two Centennial Plaza 2 Nationwide Plaza, Suite 1400 Cincinnati OH 45202-1947 Columbus OH 43215-2542 www.rcc.org/sbe.html (614) 469-6860 Theresa Stark: (513) 352-3154 www.sba.gov/oh/columbus/medcolu.html Certifies Small Business Enterprises (SBE) Certifies Disadvantaged Business Enterprises (DBE)

South Central Ohio Minority Business Council (SCOMBC)/Cincinnati Minority Supplier Development Council, Inc. Women Business Enterprise National (CMSDC) Council (WBENC) 300 Carew Tower 1710 H Street, NW, 7th Floor 441 Vine Street Washington DC 20006 Cincinnati OH 45202-2812 (202) 872-5515 www.scombc.com www.wbenc.org (513) 579-3104 Certifies Women Business Enterprises Certifies Minority Business Enterprises (WBE) and Small Women Business (MBE) Enterprises (SWBE)

State of Ohio Department of Administrative Services (DAS) State of Ohio, Department of Transportation Equal Opportunity Division (ODOT) MBE/HUB Programs Office of Equal Opportunity 30 East Broad Street, 18th Floor 1980 West Broad Street Columbus OH 43215 Columbus OH 43223 (614) 466-8380 (614) 644-8436 or 1-800-459-3778 www.state.oh.us/das/eod www.dot.state.oh.us/ptrans Certifies MBE(s) and Historically Certifies Disadvantaged Business Underutilized Business Enterprises (HUB) Enterprises (DBE)

8

Small Business Program – Appendix C

HAMILTON COUNTY ADDITIONAL BID CONDITIONS

1.1 GENERAL

A. The contracting practices utilized on this project shall conform to the Board of County Commissioners Small Business Program. Compliance with County “Good Faith Efforts” to achieve contracting goals is one factor that will be considered in the determination of the award. The Small Business Program is available for review at the offices of the Owner or Construction Manager.

B. The following documents are additional bid conditions and are supplemental to the Instructions to Bidders.

Special Provisions – Small Business Goals

C. Also see Appendix D for further detailed instructions concerning compliance with the Small Business Program.

9

HAMILTON COUNTY ADDITIONAL BID CONDITIONS

SPECIAL PROVISIONS

SMALL BUSINESS GOALS

1. PURPOSE: The Contractor shall employ “GOOD FAITH EFFORTS” to achieve Hamilton County’s Small Business participation goals as part of its effort to submit the lowest and best bid. The small business goal for this contract is set forth by the Owner in the Specifications – General Requirements - Descriptions of Contracts.

2. DEFINITIONS: As used in this section, the following words have the meaning indicated.

A. “Small Business” is defined as a business concern that is independently owned and operated and meets detailed definitions or size standards established by the Administrator of the SBA (See Appendix A for general range of size standards, see www.sba.gov/size for table of specific size standards). References throughout this section to small business shall mean Small Business Enterprise (SBE).

B. “Contractor” means any bidder on any contract herein.

C. “Goal” is defined as the amount of work, material or service that in the Construction Manager’s judgment, from previous experience, would reasonably be expected to be able to be provided or performed by Small Businesses in the Greater Cincinnati Metropolitan area on a Contract similar to that which is being bid.

3. SMALL BUSINESS CONTRACTORS

A. Owner recognizes that the vast majority of firms and clients of the agencies below meet the SBA size standards.

City of Cincinnati South Central Ohio Minority Business Small Business Enterprise Program Council 805 Central Avenue, Suite 130 300 Carew Tower, 441 Vine Street Cincinnati, OH 45202 Cincinnati, OH 45202 (513) 352-3154 (513) 579-3104 or a Regional Minority Supplier Development Council

State of Ohio Department of

10

Administrative Services U.S. Small Business Administration Equal Opportunity Division JWP Federal Building 30 East Broad Street, 18th Floor 550 Main Street, Ste 2-522 Columbus, OH 43215 Cincinnati, OH 45202-3129 (614) 466-8380 (513) 684-2814

Hamilton County Development Hamilton County Business Development Company Center 1776 Mentor Avenue 1776 Mentor Avenue Cincinnati, OH 45212 Cincinnati, OH 45202 (513) 632-8292 (513) 631-8292

Cincinnati Business Incubator African American Chamber of Commerce 1634 Central Parkway 2945 Gilbert Avenue Cincinnati, OH 45210 Cincinnati, OH 45206 (513) 362-2700 (513) 751-9900

Small Business Development Center Small Business Development Center of (SBDC) Northern Kentucky 1111 Edison Drive University College of Business Cincinnati, OH 45216-2265 BEP Building 463 (513) 948-2082 Highland Heights, KY 41099 (859) 572-6524 Cincinnati Minority Business Development Center (CMBDC) Economic Development Department City of 7162 Reading Rd, Ste 630 Covington Cincinnati, OH 45237-3844 638 Madison Avenue (513) 631-7666 Covington, KY 41011 (859) 292-2163 WEI, Women Entrepreneurs Inc. (WEI) Clermont Small Business Development The Bartlett Building Center 36 East Fourth Street, Suite 925 4440 Glen Este-Withamsville Road Cincinnati, OH 45202 Cincinnati, OH 45245 (513) 684-0700 (513) 753-7141

Greater Cincinnati Chamber of Governor’s Economic Development Office Commerce 524 Walnut Street, Suite 901 9545 Kenwood Road Cincinnati, OH 45202 Cincinnati, OH 45242 (513) 852-2826 (513) 579-3130 Development Sources, Inc. 1776 Mentor Avenue Cincinnati, OH 45212 (513) 632-8292

11

Certified Development Company of Butler County Over the Rhine Chamber of Commerce 130 High Street 1305 Main Street Hamilton, OH 45011 Cincinnati, OH 45210 (513) 887-3402 (513) 241-2690

B. Business Concerns not on the certified SBA (8a) listing may be required to submit financial information to verify Small Business status as determined by comparison to SBA’s size standards. (See Appendix A for information on the calculation of annual receipts. A complete list of SBA size standards for all NAICS codes is available upon request or may be viewed on-line at www.sba.gov/size). Business concerns may also submit an application to the SBA office to apply for SBA (8a) certification.

C. Directories or above lists of contractors certified by these agencies may be obtained directly from each organization, the Construction Team Management (Attn: Small Business Consultant) or Hamilton County’s Office of Small Minority and Female Business Development.

D. Contractors requiring assistance in locating certified Small Business Enterprises are encouraged to contact the above offices or agencies or the Construction Manager (Attn: Small Business Consultant) or Hamilton County’s Office of Small, Minority and Female Business Development.

4. CERTIFIED MINORITY AND WOMEN OWNED CONTRACTORS

The owner encourages those businesses that qualify as a Small Business to become a certified small, minority and/or women owned business, if appropriate. A Small Business can apply for certification from one of the following agencies:

Federal SBA Department 8a Columbus District Office 2 Nationwide Plaza, Suite 1400 Columbus, OH 43215

City of Cincinnati SBE Program 805 Central Avenue, Suite 130 Cincinnati, OH 45202

South Central Ohio Minority Business Council (SCOMBC) Cincinnati Minority Supplier Development Council (CMSDC) 300 Carew Tower, 441 Vine Street Cincinnati, OH 45202

Women Business Enterprise National Council

12

1710 H St. NW 7th Floor Washington, DC 20006

State of Ohio Department of Administrative Services 77 South High Street, 24th Floor Columbus, OH 43215

State of Ohio Department of Transportation 1980 West Broad Street Columbus, OH 43223

5. SMALL BUSINESS PROJECT GOALS

Hamilton County in conjunction with the project’s Construction Manager will establish goals for the utilization of Small Business Enterprises for each contract in the project. The goals in different contracts will differ, because under certain contracts, small business participation may not be envisioned to be possible in the same proportion. The owner encourages the use of small business firms as first-tier subcontractors and/or joint ventures.

The overall small business goal for this particular contract has been set forth in The Description of Contract, and is expressed in terms of a percentage of the total dollar value of such contract.

Inability of a Prime Contractor to meet the established Small Business Participation goal will not exclude said Contractor from award of a contract if deemed to be “Lowest and Best” bid. Refusal to employ and document “Good Faith Effort” to include Small Business Participation when requested, may be cause for non-award of contract.

6. CONTRACTOR RESPONSIBILITIES

A. A small business participation goal for this Contract is set forth in The Description of Contract. The Contractor agrees that he will make “Good Faith Efforts” to achieve the specified amount of the Contract to be performed by small business enterprises.

B. If awarded the Contract:

• A Contractor shall employ Best Efforts to accomplish an amount of work not less than the small business participation set forth in its Small Business Enterprise (SBE) Goal Compliance Plan.

• Indicate if any of the subcontractors utilized are minority or female owned.

C. The Contractor, by submitting its bid, consents to provide such

13

documentation as required by the Owner or Construction Manager, and to provide right of entry at any reasonable time for the Owner’s representative verifying small business participation.

D. COMPLIANCE

I) Each Bidder must submit a SBE Goal Compliance Plan (refer to Appendix D) with its Bid. Failure to submit a SBE Goal Compliance Plan with the Bid and other documentation that may be requested may result in rejection of the Bid.

II) When a small business performs on more than one contract with the same prime contractor, all references to payment activity must be maintained separately for each contract.

A. Contractor shall indicate on the Contractor’s Affidavit of Payment of Debts & Claims, Small Business Payment summaries.

B. Contractor shall provide information to the Owner and/or the Construction Manager, upon request, regarding small business participation. Such information may include subcontract agreements and purchase orders, canceled checks (front and back), invoices, payment verification, and certified payrolls.

III) The Owner and/or the Construction Manager and its agents may make periodic visits to the work site to verify small business participation and control of work and workforce. The Owner and the Construction Manager may interview any member of that workforce, or the workforce of the prime.

IV) In order to receive credit for the purchase of materials and supplies, the small business shall be certified as a supplier or shall itself purchase the materials and supplies that the small business will install and in addition, shall choose the vendor, negotiate the cost, arrange delivery of, and pay for the materials and supplies required for the work of the contract. Invoices for materials shall be invoiced to the small business firm and not to the prime contractor. The Owner may periodically review invoices for materials to confirm small business participation. Small Business suppliers of materials and supplies should count towards small business goal. The value of

any supplies furnished by a Non-Certified Small Business will be separately identified in all reports.

14

7. GOOD FAITH EFFORT TO MEET SMALL BUSINESS PERCENTAGE GOALS

By submitting a signed bid, the Contractor certifies that it shall make “Good Faith Efforts” to achieve the established percentage goals for utilization of the small businesses as subcontractors and/or material supply or service providers appropriate to the project on which it bids.

8. WAIVER OR MODIFICATION OF SMALL BUSINESS PERCENTAGE GOALS

Where a Contractor proposes to seek a modification or waiver of the Small Business participation percentage contract goals on which it bids, the Contractor shall provide acceptable documentation to the Owner demonstrating its “Good Faith Efforts” to attain said small business participation percentage goals by completing Part C and/or Part D of its SBE Goal Compliance Plan. “Good Faith Efforts” may include, but are not limited, to the following:

A. Attendance at a pre-bid meeting, if any, scheduled by Hamilton County to inform Small Businesses of subcontracting opportunities for the Contract;

B. Written notification provided to small businesses soliciting their interest in the contract. Contractors are expected to make a good faith effort to analyze whether small businesses exist within the given Trade Contract and to document it;

C. Written verification of Contractor’s efforts to negotiate with small business for specific bids, including: 1) The names, addresses, and telephone number of small businesses that were contacted; 2) A description of the information provided to small businesses regarding the plans and specifications for portions of the work to be performed. 3) A statement of why additional agreements with small business were not reached; Written verification of Contractor’s effort made to assist the small businesses in obtaining bonding or required insurance.

9. DEFAULTING SMALL BUSINESS SUBCONTRACTORS, MATERIAL OR SERVICE SUPPLIER

If a small business/subcontractor, material or service supplier is unable to perform successfully, the Contractor is expected to make good faith efforts to replace said small business subcontractor, material or service supplier with another qualified small business.

10. PENALTIES

15

A. Failure of a Contractor to demonstrate “Good Faith Efforts” to attain established Small Business goals may constitute grounds for Hamilton County to declare Contractor’s bid non-responsive.

B. As with other Contract requirements, failure of the successful Contractor to carry out the Small Business assurances set forth in its Contract may constitute a breach of Contract, and after notification by Hamilton County may result in default termination of the Contract by the County.

11. RECORDS AND REPORTS

A. The Contractor shall maintain such records as are necessary to confirm “Good Faith Effort” for small business participation. These records shall indicate the identity of the small business, minority/women owned subcontractors employed on the contract, the type of work performed by each, and the actual dollar value of work, services and procurement achieved by each Contractor and subcontractor.

B. The Contractor shall submit information with his monthly cost breakdown for progress payments that indicate the dollar value of contracts awarded to small businesses and minority and women business enterprises as the contract work occurs. This information will be submitted as a supplement to the Cost Breakdown For Progress Payments. Failure of the Contractor to submit the required supplementary small business participation information may result in delays in processing progress payments.

16 Small Business Program - Appendix D1

SMALL BUSINESS PROGRAM REQUIREMENTS

It is the policy of the Board of Commissioners, Hamilton County, Ohio (“County”) that Small Business Enterprises (“SBE”), defined as Small Business Concerns by the Federal Small Business Administration (“SBA”), have equal opportunities to participate in the performance of Trade Contracts on the project noted in this solicitation (“Project”). The size requirements of the SBA, as amended, apply to this solicitation. All Bidders must comply with applicable Hamilton County requirements to ensure that Small Business Enterprises have equal opportunities to compete for and perform on Trade Contracts. Hamilton County and its Prime Contractors shall not discriminate on the basis of race, color, national origin, creed, disability or gender in the award and performance of Trade Contracts.

Prime Contractors seeking to participate on this Project agree to ensure that SBEs have the equal opportunity to participate in the performance of Trade Contracts. A Prime Contractor submitting a bid or proposal on this Project (“Bidder”) is asked to make good faith efforts to meet or exceed the goal for SBE participation. The County encourages Bidders to aspire to meet or exceed the SBE participation goal for this Project.

In order to assure equal opportunity for SBE participation, each Bidder must submit the SBE Goal Compliance Plan with its bid. Failure to submit the SBE Goal Compliance Plan with the bid and other documentation that may be requested may result in rejection of the bid.

In order to evaluate Small Business Participation, all Bidders are to submit the forms included with Appendix D with their bid. These forms are not intended to be exclusive or exhaustive, and the Bidder should attach additional sheets, as necessary, to fully explain its good faith efforts in accordance with the requirements of The Hamilton County Small Business Program.

This Appendix D supersedes and is controlling over any possible conflicting information in any of the other appendices (A – C) of the Hamilton County Small Business Program

Small Business Program - Appendix D2

SBE GOAL COMPLIANCE PLAN

CONTENTS INCLUDE:

1. SBE Goal Compliance Plan Instructions

2. Cover Page

3. SBE Goal Compliance Plan - Parts A, B, C, and D

Small Business Program - Appendix D3

HAMILTON COUNTY SBE GOAL PROGRAM COMPLIANCE PLAN INSTRUCTIONS

Each Bidder shall submit a SBE Goal Compliance Plan with its Bid. The SBE Goal Compliance Plan consists of the signed Cover Sheet and Parts A, B, C, and D. Please direct any questions regarding preparation of the SBE Goal Compliance Plan to Hamilton County’s Director of Small, Minority, Female and Business Development (SMFBD).

How To Complete the SBE Goal Compliance Plan:

Complete, sign and date the SBE Goal Compliance Plan Cover Sheet

1. Complete the Part(s) per the instructions applicable to the Bidder:

A. PART A instructions must be followed by:

• Bidders who are SBEs who meet the Participation Goal without the use of SBE subcontractor/suppliers. • Bidders who are a Joint Venture which include a SBE and meet the Participation Goal without the use of SBE subcontractor/suppliers.

B. PART B instructions must be followed by:

• Bidders who will meet the Participation Goal by subcontracting with SBE subcontractor/suppliers. • Bidders who are SBE Joint Ventures which include and only meet the Participation Goal with the use of SBE subcontractor/suppliers.

C. PART C instructions must be followed by:

• Bidders who do not meet the Participation Goal but seek a partial or total exemption and have exercised good faith efforts to meet the Participation Goal.

D. PART D instructions must be followed by:

• Bidders who do not meet the Participation Goal but seek exemption because the Bidder will perform the work of the entire Trade Contract with its own forces, without the use of subcontractors, and by using materials, supplies or equipment in Bidder’s existing inventory or obtained pursuant to existing contracts. Small Business Program - Appendix D4

SBE GOAL COMPLIANCE PLAN COVER PAGE

Project Name: ______

Project Solicitation Number:

SBE Participation Goal indicated in the solicitation: %

Date:

Bidder Name:

Contact Person:

Telephone No.:

Fax No.:

E-mail Address:

Address:

City: State: Zip Code:

Total Base Bid Price $ Total SBE Participation $ % ____

THIS PLAN MUST BE SIGNED AND SUBMITTED WITH THE BID DOCUMENTS.

I certify that the information included in this SBE Goal Compliance Plan is true and complete to the best of my knowledge and belief. I further understand and agree that this SBE Goal Compliance Plan shall become a part of my Trade Contract with Hamilton County.

Name and Title of Authorized Representative (Print)

Signature

Date

Small Business Program - Appendix D5

SBE GOAL COMPLIANCE PLAN

Part A: SBE Prime Contractor and Joint Ventures

If you are a SBE Prime Contractor or a Joint Venture which includes a SBE and you meet the Participation Goal without the use of subcontractor/suppliers, disclose the level of SBE participation here expressly providing the dollar amount, percentage, and scope of work of the qualifying SBE prime or venture(s).

BIDDER INFORMATION:

1. Bidder is an SBE: yes/no (circle answer). If yes, complete the following:

Total Base Bid Price $

Percentage of work to be performed By Bidder without subcontractor/suppliers:

2. Bidder is a SBE Joint Venture: yes/no (circle answer). If yes, complete the following:

Name of SBE participating in Joint Venture:

Address of SBE:

City: State: Zip:

Contact Person: Telephone No.:

Description of Work:

Total Base Bid Price $

Percentage of SBE ownership in Joint Venture (Copy of signed Joint Venture Agreement to be submitted to the Construction Manager within one business day, upon request) Small Business Program - Appendix D6

Part B: Bidders who will meet the Participation Goal by subcontracting with SBE subcontractor/suppliers

1. All Bidders who will meet the Participation Goal, in whole or in part, by subcontracting with SBE subcontractor/suppliers shall disclose the identity of the SBE subcontractors/suppliers who are to be utilized in the execution of this Trade Contract. For each identified SBE subcontractor/supplier, the Bidder must submit a Letter of Intent (LOI), within 3 business days of when requested by the Construction Manager. Bidders who meet the balance of the Participation Goal because they are a SBE Joint Venture, which includes SBE subcontracting must also complete the information requested in Paragraph 2 of Part A.

SUBCONTRACTOR/SUPPLIER INFORMATION: (Attach additional sheets if necessary)

Name of SBE subcontractor/supplier:

Address:

City: State: Zip:

Contact Person: Telephone No.:

Amount of Subcontract: $ (%) of Trade Contract:

Description of Work:

Name of SBE subcontractor/supplier:

Address:

City: State: Zip:

Contact Person: Telephone No.:

Amount of Subcontract: $ (%) of Trade Contract:

Description of Work:

Name of SBE subcontractor/supplier:

Address:

City: State: Zip:

Contact Person: Telephone No.:

Amount of Subcontract: $ (%) of Trade Contract:

Description of Work: Small Business Program - Appendix D7

Part C: Bidders who do not meet the Participation Goal but seek a partial or total exemption and have exercised good faith efforts to meet the Participation Goal

Bidders who do not meet the Participation Goal but seek an exemption, in whole or in part, and have exercised good faith efforts to meet the Participation Goal must submit the following information.

1. Bidders who partially meet the Participation Goal by subcontracting with SBE subcontractor/suppliers shall disclose in Part B the identity of the SBE subcontractors/suppliers who are to be utilized in the execution of this Trade Contract. For each identified SBE subcontractor/supplier, the Bidder must submit a Letter (LOI), see D13-D15. If Bidder is seeking a total exemption, please skip this Paragraph and submit the information required by Paragraph 2 below only.

2. All Bidders who seek a partial or total exemption and the Bidder has exercised good faith efforts to meet the Participation Goal shall provide the following information:

A. Has the Bidder defined the elements of the work proposed to be performed by SBEs in order to increase the likelihood of achieving the Participation Goal?

Yes No

B. Has the Bidder contacted Hamilton County’s Director of Small, Minority and Female Business Development to ascertain the availability of SBE subontractor/suppliers in those areas?

Yes No

C. Has the Bidder sent written notice to every SBE on the County’s SBE list for those specific scopes of work identified by the Bidder for subcontracting opportunities?

Yes No

D. Was the written notice sent not less than five (5) business days prior to the Bid opening date?

Yes No

E. Did the notice contain information on the plans, specifications and scope of work, and bidding procedures, including the deadline for submission of quotes?

Yes No

F. If a SBE has responded affirmatively in writing, is the Bidder able to document, the reasons why agreements were not reached with the SBE, including written explanation for rejection of SBE proposals?

Yes No Small Business Program - Appendix D8

G. Did the Bidder attend a pre-bid conference scheduled by the County to inform SBEs of subcontracting opportunities under a given solicitation?

Yes No

H. Did the Bidder assist SBE subontractor/suppliers with bonding, insurance, or financing?

Yes No

I. Did the Bidder seek the assistance of Hamilton County’s Director of SMFBD in contacting SBEs?

Yes No

Part D: Bidders who seek to perform the work of the entire Trade Contract with their own work force, without the use of subcontractors, and using materials, supplies or equipment in Bidder’s existing inventory or obtained pursuant to existing contracts.

Bidders who do not meet the Participation Goal but seek an exemption because the Bidder will perform the work of the entire Trade Contract with its own work force, without the use of subcontractors, and by using materials, supplies or equipment in Bidder’s existing inventory or obtained pursuant to existing contracts must submit the following information. Bidder must demonstrate that use of subcontractor/suppliers is not the Bidder’s normal business practice.

The following are recent projects similar in size and scope to this Project that the Bidder has completed with its own work force, without the use of subcontractors, and by using materials, supplies or equipment in Bidder’s existing inventory or obtained pursuant to existing contracts without the use of any subcontractor/suppliers. Bidder must provide information for at least three projects.

PROJECT 1:

Name of the Project:

Name of the Project Owner:

Owner Contact Person and Phone Number:

Description of Work Performed:

Bidder’s Contract Amount: Construction Period (Dates):

Small Business Program - Appendix D9

PROJECT 2:

Name of the Project:

Name of the Project Owner:

Owner Contact Person and Phone Number:

Description of Work Performed:

Bidder’s Contract Amount: Construction Period (Dates):

PROJECT 3:

Name of the Project:

Name of the Project Owner:

Owner Contact Person and Phone Number:

Description of Work Performed:

Bidder’s Contract Amount: Construction Period (Dates):

PROJECT 4:

Name of the Project:

Name of the Project Owner:

Owner Contact Person and Phone Number:

Description of Work Performed:

Bidder’s Contract Amount: Construction Period (Dates):

PROJECT 5:

Name of the Project:

Name of the Project Owner:

Owner Contact Person and Phone Number:

Description of Work Performed:

Bidder’s Contract Amount: Construction Period (Dates):

Small Business Program - Appendix D10

SBE PROGRAM FORMS AND ATTACHMENTS

CONTENTS INCLUDE:

1. Sample Letter to Solicit SBE subcontractor/suppliers (1 page)

2. Sample Log of Contacts

3. Letter of Intent (LOI) (3 pages including instructions)

4. Request for Change to the SBE Goal Compliance Plan (3 pages including instructions)

Small Business Program - Appendix D11 SAMPLE LETTER TO POTENTIAL SUBCONTRACTOR/SUPPLIER FROM PRIME CONTRACTOR

is soliciting Small Business participation for the following Project.

Name of Project: ______

Project Solicitation Number:

Pre-bid Conference (if applicable):

Date/Time: ______Location: ______

Bids due: Date/Time: ______Location: ______

Bidders may purchase bid documents from Ohio Blueprint Company, 2348 Gilbert Avenue, Cincinnati, Ohio 45206, 513-281-9933. Bid Documents may be reviewed at:

Hunt Construction Group, Inc/d.e. Foxx & Cincinnati Minority Business Development Associates Jobsite Center 201 East Pete Rose Way 2081-A Seymour Avenue Cincinnati, Ohio 45202 Cincinnati, Ohio 45237 513-946-8181 513- 631-7666

Allied Construction Industries F.W. Dodge Corporation 1010 Yale Avenue 655 Eden Park Drive, Suite 5152 Cincinnati, Ohio 45206 Cincinnati, Ohio 45202 513-221-8020 513-345-8200

The Work on this Project includes the following: (Please list work areas that pertain to the subcontractors/suppliers expertise)

 Asbestos Abatement  HVAC  Carpentry  Insulation  Carpeting  Lab and Field Testing Services  Concrete  Landscaping  Demolition Services  Masonry  Doors and Frames  Millwork  Drilling  Painting  Drywall  Paving and Resurfacing  Electrical  Plumbing  Excavation Services  Roofing  Fabricated Steel  Stone  Flooring  Tile  Glazing Services  Weather and Waterproofing  Hardware  Welding  Heavy Construction Equipment  Windows  Other

Contact our office for detailed information on the scopes of work being subcontracted and the relevant terms and conditions of the contract.

Please contact: at or (Name) (Telephone) (Fax)

All quotations MUST be received by (Time and Date): Small Business Program - Appendix D12

LOG OF CONTACTS FOR SOLICITING SBE SUBCONTRACT PARTICIPATION

Documentation of contacts must be submitted if SBE Participation Goal was not achieved. Duplication of this form or the format of this form is acceptable for documentation of contacts.

Please use the attached log to document all conversations and contacts regarding the solicitation of prospective subcontractor/suppliers including responses to phone calls, letters, and advertisements.

THE FOLLOWING FIRMS WERE NOTIFIED OF SUBCONTRACTOR/SUPPLIER OPPORTUNITIES:

NAME SBE DATE SCOPE OF DID SBE IF SBE SUBCONTRACTOR/ WRITTEN WORK SUBMIT RESPONDED, SUPPLIER/AGENCY NOTICE WAS SOLICITED WRITTEN REASON SENT AND RESPONSE? AGREEMENT METHOD (Y/N) WAS NOT (LETTER/FAX) REACHED

BIDDER:

PROJECT NAME: ______

PAGE OF Small Business Program - Appendix D13

INSTRUCTIONS FOR LETTER OF INTENT (LOI) BETWEEN PRIME CONTRACTOR AND SBE SUBCONTRACTOR/SUPPLIER

The following Letter of Intent (LOI) is to be used by Prime Contractors and their SBE subcontractor/suppliers. Signed and notarized LOIs between the Bidder and the SBE subcontractor/suppliers must be submitted within one (1) business day of request from the Project’s Construction Manager. The LOI must be submitted on this form. Submit a separate form for each SBE subcontractor/supplier.

Any changes to the SBE Goal Compliance Plan, including substitution or addition of SBE subcontractor/supplier must be approved by Hamilton County’s Director of Small, Minority and Female Business Development. LOIs must be submitted prior to the start of work for changes of SBEs in the SBE Goal Compliance Plan.

Small Business Program - Appendix D14

LETTER OF INTENT (LOI) BETWEEN PRIME CONTRACTOR AND SBE SUBCONTRACTOR/SUPPLIERS (PAGE 1 OF 2)

Prime Contractor:

Address:

City State Zip

Telephone: Fax: Proposed Contract Amount: $

Project Solicitation Number:

Project Name: ______

Type of Agreement: (Lump Sum/Unit Price/Commodity/Professional Service)

Period of Performance:

Name of SBE Subcontractor/Supplier

Address:

City State Zip

Telephone: Fax: Proposed Contract Amount: $

Description of work to be performed under Subcontract with SBE:

Small Business Program - Appendix D15

LETTER OF INTENT (LOI) BETWEEN PRIME CONTRACTOR AND SBE SUBCONTRACTOR/SUPPLIERS (PAGE 2 of 2)

By signing below, the Prime Contractor and the SBE agree that they intend to enter into a contract by which the Prime Contractor agrees to pay the contract amount and the SBE agrees to perform the work described herein.

Prime Contractor: Name of Firm

By: (Signature) Print Name Title Date STATE OF COUNTY OF SUBSCRIBED AND SWORN TO before me on the day of ,20 .

Notary Public

Printed Name of Notary

SBE subcontractor/supplier:

Name of Firm

By: (Signature) Print Name Title Date STATE OF COUNTY OF

SUBSCRIBED AND SWORN TO before me on the day of ,20 .

Notary Public

Printed Name of Notary Small Business Program - Appendix D16

REQUEST FOR CHANGE TO THE SBE GOAL COMPLIANCE PLAN

INSTRUCTIONS

No changes to the SBE Goal Compliance Plan are permitted after submittal of the Bid and before the award of the Trade Contract. After Trade Contract award, changes to SBE Goal Compliance Plan can be made with the prior written approval of the Director of Small, Minority and Female Business Development (SMFBD). Only the Director of SMFBD has the authority to approve changes or substitutions, during his/her absence, the Director of Administrative Services shall have this authority.

Submission and Evaluation of Requests Where a Bidder discovers after award of the Trade Contract that the SBE Goal Compliance Plan must be changed or a substitution must occur, the Bidder must seek in writing the prior approval of the Director of SMFBD on the attached form. The form must be notarized, and should be submitted to the Hamilton County’s Director of SMFBD.

The written request must state specific reasons for the proposed change or substitution. Sworn statements from the SBE to be substituted stating why it cannot perform on the Project may be submitted to support the request. The facts supporting the request must not have been known nor reasonably should have been known by the Bidder and/or proposed subcontractor/supplier prior to the submission of the SBE Goal Compliance Plan.

The following conditions constitute acceptable reasons for changes:

• Unavailability of subcontractor/supplier after receipt of reasonable notice to proceed; • Failure to perform the scope(s) of work; • Financial incapacity; • Failure to honor bid or proposal price within a reasonable period of time after original submittal; • Mistake of fact or law about the scope(s) of work where a reasonable price cannot be agreed upon; • Failure of subcontractor/supplier to meet bonding, insurance, or licensing requirements specified in the solicitation; • Withdrawal of bid or proposal by subcontractor/supplier; • When the Director of SMFBD determines that it is in the best interest of the Program and the County.

Where the reason is a valid mistake or disagreement on the scope(s) of work, the request must document all efforts made by the parties to reach an agreement for a reasonable price for the corrected scope(s) of work.

Good Faith Efforts on Substitutions and Additions of Subcontractor/Suppliers

When a change or substitution of a SBE is requested, the Prime Contractor still must continue to make Good Faith Efforts to meet the goal as submitted in the SBE Goal Compliance Plan.

Small Business Program - Appendix D17

PRIME CONTRACTOR REQUEST FOR CHANGE OF SBE GOAL COMPLIANCE PLAN (PAGE 1 OF 2)

DATE:

PROJECT SOLICITATION NO.:

PROJECT NAME: ______

PRIME CONTRACTOR:

TOTAL TRADE CONTRACT PRICE:

SBE PARTICIPATION GOAL STATED IN SOLICITATION:

ACTUAL SBE PARTICIPATION PRIOR TO PROPOSED CHANGE:

SBE PARTICIPATION AFTER PROPOSED CHANGE:

The Prime Contractor on the above Project requests approval of the following addition and/or deletion of subcontractor/suppliers as submitted in the SBE Goal Compliance Plan included in the Bid. (Submit a separate form for each proposed change.)

PROPOSED DELETION: Name of SBE subcontractor/supplier:

Address:

City: State: Zip:

Contact Person: Telephone No.:

Amount of Subcontract: $ Percent of Trade Contract:

Description of Work:

PROPOSED ADDITION: Attach Good Faith Efforts documentation, if applicable. See preceding page for instructions.

Name of SBE subcontractor/supplier:

Address:

City: State: Zip:

Contact Person: Telephone No.:

Amount of Subcontract: $ Percent of Trade Contract:

Description of Work:

REASONS FOR REQUESTING CHANGE: Attach supporting documentation as necessary. A statement from the SBE to be deleted stating why it cannot perform on the Project may be submitted to support the request. Small Business Program - Appendix D18

PRIME CONTRACTOR REQUEST FOR CHANGE OF SBE GOAL COMPLIANCE PLAN (PAGE 2 OF 2)

AFFIDAVIT The above information is true and complete to the best of my knowledge and belief. I further understand and agree that this affidavit shall become a part of my Trade Contract with Hamilton County.

Name and Title (Print):

Signature: Date:

STATE OF

COUNTY OF

On the day ,of 20 , personally appeared and having been duly sworn by me, subscribed to the foregoing affidavit and has stated that the facts stated therein are true and correct.

Notary Public

Printed Name of Notary

For Hamilton County use only:

I approve/disapprove the requested change.

______Hamilton County’s Director of Small, Minority and Female Business Development

______Date

Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

PREVAILING WAGE COORDINATOR

DOCUMENT INCLUDES

A. The following Prevailing Wage regulations are attached, and are part of these specifications:

1. Provisions of the Ohio prevailing wage law. All requirements of Chapter 4115 of the Ohio Revised Code, entitled "Wage and Hours on Public Works", require that the Contractor to whom the award is made and all of his Subcontractors shall pay not less than the Prevailing Rate of Wages for the classes of work called for by this public improvement.

2. A schedule of minimum rates of wages for Hamilton County is set forth herein. These rates were obtained from the Ohio Bureau of Employment Services and it is believed that they are the latest rates in effect in Hamilton County. Neither the Engineer nor Hamilton County assumes any responsibility for the accuracy of the listed rates, nor warrants that they are current. The bidder and/or Contractor shall verify the correctness thereof.

B. The Prevailing Wage Coordinator for this project is:

Cincinnati, Ohio 45202

END OF DOCUMENT

June 2018 Prevailing Wages-1

Important Information on Changes to Prevailing Wage

The information included in this webpage is intended as a summary of the provisions affecting prevailing wage regulation set forth in Am. Sub. House Bill 153 of the 129th General Assembly. Some or all of the terms of that legislation may be the subject of administrative rules to be proposed in the future. Please return to this page for future updates as the legislative and rule situation develops.

Governor Kasich signed H.B. 153 (biennial budget bill) into law on June 30, 2011. As part of the biennial budget bill, there were important changes made to Ohio’s prevailing wage laws. In light of these changes, the Bureau of Wage and Hour Administration will be providing information on its website which is intended to provide formal guidance to the public.

The information will be general at first but will become more specific as the Department of Commerce adopts and implements new policies, administrative rules and the effective date of September 29, 2011 approaches.

One of the more significant changes made was the step increases to the prevailing wage thresholds. Effective Sept 29, 2011, new construction projects will have a threshold amount of $125,000. On September 29, 2012, this threshold amount will increase to $200,000 and on September 29, 2013 the threshold amount will be $250,000. These threshold amounts are no longer subject to being adjusted biennially.

Reconstruction projects will have a threshold amount of $38,000 effective Sept 29, 2011. On September 29, 2012, this threshold amount will increase to $60,000 and on September 29, 2013 the threshold amount will be $75,000. These threshold amounts are not subject to being adjusted biennially.

However, projects relating to streets, roads, sewers, water works, etc. will remain at the current threshold amounts of $23,447 for reconstruction and $78,258 for new construction. These threshold amounts ARE adjusted biennially and the new threshold amounts, to be determined, will be effective January 1, 2012.

Please check the web site periodically for additional information regarding changes to prevailing wage.

The information included in this webpage is intended as a summary of the provisions affecting prevailing wage regulation set forth in Am. Sub. House Bill 153 of the 129th General Assembly. Some or all of the terms of that legislation may be the subject of administrative rules to be proposed in the future. Please return to this page for future updates as the legislative and rule situation develops.

PREVAILING WAGE THRESHOLD LEVELS IMPORTANT NOTICE

Before advertising for bids, contracting, or undertaking construction with its own forces, to construct a public improvement, the Public Authority shall have the Ohio Department of Commerce - Division of Industrial Compliance - Bureau of Wage and Hour Administration determine the prevailing rates of wages for workers employed on the public improvement. The wage determination must be included in the project specifications and printed on the bidding blanks where work is done by contract.

As of September 29, 2013: “New” construction threshold level has been adjusted to :  The previous threshold for this type of construction was $200,000 from September 29, $250,000 2012 through September 28, 2013

“Reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting” threshold level has been adjusted to: $75,000  The previous threshold for this type of reconstruction was $60,000 from September 29, 2012 through September 28, 2013

------

As of January 1, 2014: “New” construction that involves roads, streets, alleys, sewers, ditches and other works connected to road or bridge construction $84,314 threshold level has been adjusted to:

“Reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting” that involves roads, streets, alleys, sewers, $25,261 ditches and other works connected to road or bridge construction threshold level has been adjusted to:

A) Thresholds are to be adjusted biennially by the Director of the Ohio Department of Commerce. B) Biennial adjustments to threshold levels are made according to the Building Cost for Skilled Labor Index published by McGraw-Hill’s Engineering News-Record, but may not increase or decrease more than 3% for any year.

If there are questions concerning this notification, please contact: Ohio Department of Commerce Division of Industrial Compliance Bureau of Wage and Hour Administration 6606 Tussing Road, PO Box 4009 Reynoldsburg, Ohio 43068-9009 614-644-2239 www.com.ohio.gov Affidavit Of Compliance

PREVAILING WAGES

I, ______(Name of person signing affidavit) (Title) do hereby certify that the wages paid to all employees of

______(Company Name) for all hours worked on the

______(Project name and location) project, during the period from ______to ______are in (Project Dates) compliance with prevailing wage requirements of Chapter 4115 of the Ohio Revised Code. I further certify that no rebates or deductions have been or will be made, directly or indirectly, from any wages

paid in connection with this project, other than those provided by law.

______(Signature of Officer or Agent)

Sworn to and subscribed in my presence this ______day of ______,

20______.

______(Notary Public)

The above affidavit must be executed and sworn to by the officer or agent of the contractor or subcontractor who supervises the payment of employees. This affidavit must be submitted to the owner (public authority) before the surety is released or final payment due under the terms of the contract is made.

LAW1003 Page 1 of 2

forms contacts about LAWS search

Consumers Business License/Permit Holders & Applicants Other Government Agencies

Back to wage rate search Back to Home

Classification = All, County = HAMILTON, Union = All County Classification Effective Posted Union HAMILTON Asbestos Worker 7/1/2016 6/29/2016 Asbestos Heat & Frost Insulators Local 8 HAMILTON Asbestos Worker 9/8/2016 9/8/2016 Asbestos Local 207 OH HAMILTON Boilermaker 10/1/2013 9/25/2013 Boilermaker Local 105 HAMILTON Bricklayer 6/1/2016 5/25/2016 Bricklayer Local 18 HAMILTON Bricklayer 9/14/2016 9/14/2016 Bricklayer Local 18 Tile Finisher HAMILTON Bricklayer 9/14/2016 9/14/2016 Bricklayer Local 18 Tile Mechanic HAMILTON Carpenter 9/29/2016 9/29/2016 Carpenter Floorlayer SW District G HAMILTON Carpenter 9/29/2016 9/29/2016 Carpenter Millwright Local 1090 Cincinnati I HAMILTON Carpenter 3/5/2014 3/5/2014 Carpenter NE District Industrial Dock & Door HAMILTON Carpenter 6/8/2016 6/8/2016 Carpenter & Pile Driver SW District A HAMILTON Carpenter 10/12/2016 10/12/2016 Carpenter & Pile Driver SW District HevHwy HAMILTON Bricklayer 6/29/2016 6/29/2016 Cement Mason Bricklayer Local 97 HevHwy A HAMILTON Bricklayer 6/29/2016 6/29/2016 Cement Mason Bricklayer Local 97 HevHwy B HAMILTON Cement Mason 11/2/2016 11/2/2016 Cement Mason Local 132 HvyHwy District II (A) HAMILTON Cement Mason 11/2/2016 11/2/2016 Cement Mason Local 132 HvyHwy District II (B) HAMILTON Cement 6/16/2016 6/16/2016 Cement Mason Local 132 (Cincinnati) HAMILTON Electrical 6/16/2016 6/16/2016 Electrical Local 212 Inside Electrical Local 212 Inside Lt Commercial HAMILTON Electrical 3/10/2016 3/10/2016 South West HAMILTON Voice Data Video 3/10/2016 3/10/2016 Electrical Local 212 Voice Data Video Electrical Local 71 High Tension Pipe Type HAMILTON Lineman 3/10/2016 3/10/2016 Cable HAMILTON Lineman 12/28/2015 3/11/2015 Electrical Local 71 Outside Cincinnati HAMILTON Lineman 3/10/2016 3/10/2016 Electrical Local 71 Outside Utility Power HAMILTON Elevator 2/19/2015 2/19/2015 Elevator Local 11 HAMILTON Glazier 11/1/2016 10/26/2016 Glazier Local 387 HAMILTON Ironworker 8/17/2016 8/17/2016 Ironworker Local 372 HAMILTON Ironworker 6/1/2016 5/20/2016 Ironworker Local 44 HAMILTON Laborer Group 1 5/20/2016 5/20/2016 Labor HevHwy 3 HAMILTON Laborer 6/29/2016 6/29/2016 Labor Local 265 Building HAMILTON Laborer 6/29/2016 6/29/2016 Labor Local 265A Mason Tender Operating Engineers - Building Local 18 - Zone HAMILTON Operating Engineer 6/1/2016 6/1/2016 III HAMILTON Operating Engineer 6/1/2016 6/1/2016 Operating Engineers - HevHwy II HAMILTON Painter 5/20/2016 5/20/2016 Painter Local 123 & 238 HevHwy HAMILTON Painter 6/10/2015 6/10/2015 Painter Local 639 HAMILTON Painter 8/3/2016 8/3/2016 Painter Local 639 Zone 2 Sign Painter Locals 123 & 238 Commercial & HAMILTON Painter 5/20/2016 5/20/2016 Industrial HAMILTON Drywall Finisher 5/20/2016 5/20/2016 Painter Locals 123 & 238 HAMILTON Plasterer 6/24/2016 6/24/2016 Plasterer Local 132 (Cincinnati) HAMILTON Plumber/Pipefitter 6/1/2016 6/1/2016 Plumber Pipefitter Local 392 HAMILTON Roofer 1/6/2016 1/6/2016 Roofer Local 42 HAMILTON Sheet Metal Worker 6/16/2016 6/16/2016 Sheet Metal Local 24 (Cincinnati) HAMILTON Sprinkler Fitter 8/17/2016 9/8/2016 Sprinkler Fitter Local 669 Truck Driver Bldg & HevHwy Class 1 Locals HAMILTON Truck Driver 5/1/2015 3/31/2015 20,40,92,92b,100,175,284,438,377,637,908,957 Truck Driver Bldg & HevHwy Class 2 Locals HAMILTON Truck Driver 5/1/2015 3/31/2015 20,40,92,92b,100,175,284,438,377,637,908,957

Back to home

http://198.234.41.198/w3/webwh.nsf/QueryWageRateAll?OpenAgent&PClassification=-S... 12/7/2016 Page 2 of 2

http://198.234.41.198/w3/webwh.nsf/QueryWageRateAll?OpenAgent&PClassification=-S... 12/7/2016 PW Rate Skilled LCN01-2016fbAsbLoc8 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Asbestos Heat & Frost Insulators Local 8

Change # : LCN01-2016fbAsbLoc8

Craft : Asbestos Worker Effective Date : 07/01/2016 Last Posted : 06/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Asbestos $29.40 $5.84 $8.60 $0.33 $0.00 $0.90 $0.00 $0.00 $0.00 $45.07 $59.77 Insulators

Apprentice Percent 1st year 45.50 $13.38 $5.84 $4.35 $0.33 $0.00 $0.90 $0.00 $0.00 $0.00 $24.80 $31.49 2nd year 47.20 $13.88 $5.84 $4.35 $0.33 $0.00 $0.90 $0.00 $0.00 $0.00 $25.30 $32.24 3rd year 54.68 $16.08 $5.84 $5.90 $0.33 $0.00 $0.90 $0.00 $0.00 $0.00 $29.05 $37.08 4th year 59.80 $17.58 $5.84 $5.90 $0.33 $0.00 $0.90 $0.00 $0.00 $0.00 $30.55 $39.34 5th year 64.89 $19.08 $5.84 $5.90 $0.33 $0.00 $0.90 $0.00 $0.00 $0.00 $32.05 $41.59

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice ADAMS, BROWN, BUTLER*, CLERMONT, 2 Journeymen to 2 Apprentice HAMILTON, HIGHLAND, WARREN* 3 Journeymen to 3 Apprentice 3 to 1 Thereafter

Thereafter, additional apprentices may be employed at a ratio of 1 apprentice to 3 mechanics

Special Jurisdictional Note : In Butler County:townships of

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E66005A... 12/7/2016 PW Rate Skilled LCN01-2016fbAsbLoc8 Page Page 2 of 2

Fairfield,Hanover,Liberty,Milford,Morgan,Oxford,Ripley,Ross,St.Clair,Union & Wayne. In Warren County: Townships of Deerfield,Hamilton,Harlan,Salem,Union & Washington

Details : All work in connection with Asbestos Removal, Abatement, Encapsulation, Lead Abatement, Hazardous Materials and Fire Stopping which is performed by employees in the Mechanic or Apprentice Classification shall be covered under the terms of this Agreement.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E66005A... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc207OH Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Asbestos Local 207 OH

Change # : LCN01-2016fbLoc207OH

Craft : Asbestos Worker Effective Date : 09/08/2016 Last Posted : 09/08/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Asbestos $24.65 $6.80 $5.60 $0.65 $0.00 $0.00 $0.07 $0.00 $0.00 $37.77 $50.09 Abatement Trainee $16.10 $6.80 $1.30 $0.65 $0.00 $0.00 $0.07 $0.00 $0.00 $24.92 $32.97

Special Calculation Note :

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Trainee ADAMS, ASHLAND, ASHTABULA*, ATHENS, AUGLAIZE, BROWN, BUTLER*, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, GEAUGA, GREENE, GUERNSEY, HAMILTON, HARDIN, HARRISON, HIGHLAND, HOCKING, HOLMES, HURON, KNOX, LAKE, LICKING, LOGAN, LORAIN, MADISON, MAHONING, MARION, MEDINA, MIAMI, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, PERRY, PICKAWAY, PORTAGE, PREBLE, RICHLAND, ROSS, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VINTON, WARREN*, WAYNE

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852570FF0053... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc207OH Page Page 2 of 2

Special Jurisdictional Note : Butler County:( townships of Fairfield,Hanover,Liberty,Milford,Morgan,Oxford,Ripley,Ross,StClair,Union & Wayne.) (Lemon & Madison) Warren County: (townships of: Deerfield, Hamilton, Harlan, Salem, Union & Washington). ( Clear Creek, Franklin, Mossie, Turtle Creek & Wayney). Ashtabula County: (post offices & townships of Ashtabula, Austinburg, Geneva, Harperfield, Jefferson, Plymouth & Saybrook) (townships of Andover, Cherry Valley, Colbrook, Canneaut, Denmark, Dorset, East Orwell, Hartsgrove, Kingville, Lenox, Monroe,Morgan,New Lyme,North Kingsville, Orwell, Pierpoint, Richmond Rock Creek, Rome, Shefield, Trumbull, Wayne, Williamsfield & Windsor) Erie County:(post offices & townships of Berlin, Berlin Heights,Birmingham,Florence ,Huron, Milan, Shinrock & Vermilion)

Details : Asbestos & lead paint abatement including,but not limited to the removal or encapsulation of asbestos & lead paint,all work in conjunction with the preparation of the removal of same & all work in conjunction with the clean up after said removal.The removal of all insulation materials, whether they contain asbestos or not, from mechanical systems (pipes, boilers, ducts, flues, breaching, etc.) is recognized as being the exclusive work of the Asbestos Abatement Workers.

On all mechanical systems (pipes, boilers, ducts, flues, breaching, etc.) that are going to be demolished, the removal of all insulating materials whether they contain asbestos or not shall be the exclusive work of the Laborers. An Abatement Journeyman is anyone who has more than 300 hours in the Asbestos Abatement field.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852570FF0053... 12/7/2016 PW Rate Skilled LCN02-2013fbLoc 105 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Boilermaker Local 105

Change # : LCN02-2013fbLoc 105

Craft : Boilermaker Effective Date : 10/01/2013 Last Posted : 09/25/2013 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Boilermaker $35.26 $7.07 $13.28 $0.89 $0.00 $3.00 $0.55 $0.00 $0.00 $60.05 $77.68

Apprentice Percent 1st 6 70.03 $24.69 $7.07 $11.30 $0.89 $0.00 $2.10 $0.55 $0.00 $0.00 $46.60 $58.95 months 2nd 6 75.02 $26.45 $7.07 $11.30 $0.89 $0.00 $2.25 $0.55 $0.00 $0.00 $48.51 $61.74 months 3rd 6 80.00 $28.21 $7.07 $11.30 $0.89 $0.00 $2.40 $0.55 $0.00 $0.00 $50.42 $64.52 months 4th 6 85.02 $29.98 $7.07 $11.30 $0.89 $0.00 $2.55 $0.55 $0.00 $0.00 $52.34 $67.33 months 5th 6 87.52 $30.86 $7.07 $13.28 $0.89 $0.00 $2.63 $0.55 $0.00 $0.00 $55.28 $70.71 months 6th 6 90.03 $31.74 $7.07 $13.28 $0.89 $0.00 $2.70 $0.55 $0.00 $0.00 $56.23 $72.11 months 7th 6 92.50 $32.62 $7.07 $13.28 $0.89 $0.00 $2.78 $0.55 $0.00 $0.00 $57.19 $73.49 months 8th 6 95.00 $33.50 $7.07 $13.28 $0.89 $0.00 $2.85 $0.55 $0.00 $0.00 $58.14 $74.89 months

Special Calculation Note : Other is Supplemental Health and Welfare

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 5 Journeymen to 1 Apprentice ADAMS, ATHENS, BROWN, BUTLER, CHAMPAIGN, CLARK, CLERMONT, CLINTON, FAIRFIELD, FAYETTE, FRANKLIN, GALLIA, GREENE, GUERNSEY, HAMILTON, HIGHLAND, HOCKING,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525762300555... 12/7/2016 PW Rate Skilled LCN02-2013fbLoc 105 Page Page 2 of 2

JACKSON, LAWRENCE, LICKING, MADISON, MEIGS, MIAMI, MONTGOMERY, MORGAN, MUSKINGUM, NOBLE, PERRY, PICKAWAY, PIKE, PREBLE, ROSS, SCIOTO, VINTON, WARREN

Special Jurisdictional Note :

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525762300555... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 1 of 3

Prevailing Wage Rate Skilled Crafts Name of Union: Bricklayer Local 18

Change # : LCN01-2016fbLoc18

Craft : Bricklayer Effective Date : 06/01/2016 Last Posted : 05/25/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Bricklayer $27.01 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $39.32 $52.83 Stone $27.01 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $39.32 $52.83 Mason Pointer $27.01 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $39.32 $52.83 Caulker Cleaner Refractory $27.89 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $40.20 $54.15 Workers Refractory $29.89 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $42.20 $57.15 Worker Hot Pay Sawman $27.26 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $39.57 $53.20 Layout $27.26 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $39.57 $53.20 Man Free $27.51 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $39.82 $53.58 Standing Chimney

Apprentice Percent 1st 6 50.00 $13.51 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $25.82 $32.57 months 2nd 6 55.00 $14.86 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $27.17 $34.59 months 3rd 6 60.00 $16.21 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $28.52 $36.62 months 4th 6 65.00 $17.56 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $29.87 $38.64 months 5th 6 70.00 $18.91 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $31.22 $40.67 months 6th 6 75.00 $20.26 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $32.57 $42.70 months 80.00 $21.61 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $33.92 $44.72

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256ED30049... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 2 of 3

7th 6 months 8th 6 90.00 $24.31 $7.00 $4.82 $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 $36.62 $48.77 months MASON 45.00 $12.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $12.15 $18.23 FINISHER 1st 180 Days 1st Year 45.00 $12.15 $7.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $19.15 $25.23 H&W after 6 months 2nd Year 50.00 $13.51 $7.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $20.51 $27.26

Special Calculation Note : **In order to utilize a Pre-Apprentice, you must have 1 Registerd Apprentice in your employ.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1-2 Journeyman to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, permits 1 Mason Finisher PREBLE*, WARREN

3-4 Journeyman to 2 Apprentice permits 1 Mason Finisher

5-6 Journeyman to 2 Apprentice permits 2 Mason Finishers

7-10 Journeyman to 3 Apprentice permits 2 Mason Finishers

For each additional 5 Journeyman to 1 Apprentice, for every 3 additional Apprentices, 1 Mason Finisher may be added

Special Jurisdictional Note : In Preble County the following townships are included: (Dixon, Gasper, Graits, Israel, Lanier and Somers)

Details : MASON FINISHER:duties shall be to work in all aspects of Masonry construction taking direction from the employer and the Journeyman Bricklayer & Stone Mason's working on the job. Mason Finisher's may work on job site only when a registered apprentice is on job and the ratios in table above will strictly be enforced.

Refractory work is classified as working with any of the following materials: Acid brick, carbon black brick or carbon black block, firebrick grinding, plastics (with a gun) and any resinous cement.

Fifty cents ($0.50) per hour above scale shall be paid to employees working on free standing

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256ED30049... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 3 of 3

industrial or institutional chimneys which are completely detached from any building structure.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256ED30049... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Bricklayer Local 18 Tile Finisher

Change # : LCN01-2016fbLoc18

Craft : Bricklayer Effective Date : 09/14/2016 Last Posted : 09/14/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Bricklayer Tile $23.47 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $35.86 $47.60 Marble Terrazzo Finisher Terrazzo Base $23.97 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $36.36 $48.35 Grinder Marble Sander $23.57 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $35.96 $47.75 Polisher

Apprentices Percent 1st 6 months 60.00 $14.08 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $26.47 $33.51 0-600 hrs 2nd 6 months 65.00 $15.26 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $27.65 $35.27 601-1200 hrs 3rd 6 months 70.00 $16.43 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $28.82 $37.03 1201-1800 hrs 4th 6 months 75.00 $17.60 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $29.99 $38.79 1801-2400 hrs 5th 6 months 80.00 $18.78 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $31.17 $40.55 2401-3000 hrs 6th 6 months 90.00 $21.12 $7.36 $4.57 $0.46 $0.00 $0.00 $0.00 $0.00 $0.00 $33.51 $44.07 3001-3600 1-30 Days 50.00 $11.74 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $11.74 $17.60 Prior to Entering Apprenticeship

Special Calculation Note : Classification title contains "Bricklayer" because contract originates within the Bricklayer Local. Note that the classification description is clarified after the local union number at the top of

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525763500671... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 2 of 2

the page. **In order to utilize a Pre-Apprentice, you must have 1 Registerd Apprentice in your employ.**

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice ADAMS, BROWN, BUTLER, CLERMONT, 5 Journeymen to 1 Apprentice GALLIA, HAMILTON, LAWRENCE, 10 Journeymen to 2 Apprentices PREBLE*, SCIOTO, WARREN, WARREN* 15 Journeymen to 3 Apprentices 20 Journeymen to 4 Apprentices 25 Journeymen to 5 Apprentices

Special Jurisdictional Note : Warren in the townships of Dixon, Gasper, Isrsel, Somers & Gratis in Prebble County

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525763500671... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Bricklayer Local 18 Tile Mechanic

Change # : LCN01-2016fbLoc18

Craft : Bricklayer Effective Date : 09/14/2016 Last Posted : 09/14/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Bricklayer $28.01 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $40.45 $54.46 Tile Terrazzo Marble Mason Mechanic Marble $28.71 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $41.15 $55.50 Layout Work Swing $29.01 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $41.45 $55.96 Scaffold Worker

Apprentice after 2 years (2400 hrs) as Apprentice Finisher 5th/6 70.00 $19.61 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $32.05 $41.85 Months 0-600 hrs. 6th/6 75.00 $21.01 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $33.45 $43.95 months 601-1200 hrs. 7th/6 80.00 $22.41 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $34.85 $46.05 months 1201-1800 hrs. 90.00 $25.21 $7.36 $4.57 $0.51 $0.00 $0.00 $0.00 $0.00 $0.00 $37.65 $50.25

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257643004B... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18 Page Page 2 of 2

8th/6 months 1801-2400 hrs.

Special Calculation Note : Classification title contains "Bricklayer" because contract originates within the Bricklayer Local. Note that the classification description is clarified after the local union number at the top of the page.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice ADAMS, BROWN, BUTLER, CLERMONT, 5 Journeymen to 1 Apprentice GALLIA, HAMILTON, LAWRENCE, 10 Journeymen to 2 Apprentices PREBLE*, SCIOTO, WARREN 15 Journeymen to 3 Apprentices 20 Journeymen to 4 Apprentices 25 Journeymen to 5 Apprentices

Special Jurisdictional Note : In Preble County the Townships of Dixon, Israel, Gasper, Lanier, Somers and Gratis.

Details : **In order to utilize a Pre-Apprentice, you must have 1 Registerd Apprentice in your employ.**

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257643004B... 12/7/2016 PW Rate Skilled LCR01-2016fbLocSWDayton Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Carpenter Floorlayer SW District G

Change # : LCR01-2016fbLocSWDayton

Craft : Carpenter Effective Date : 09/29/2016 Last Posted : 09/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Carpenter $23.34 $6.65 $6.95 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $37.98 $49.65 Floorlayer

Apprentice Percent 1st 3 50.00 $11.67 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $11.67 $17.50 months 2nd 3 50.00 $11.67 $6.65 $0.00 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $19.36 $25.19 months 2nd 6 55.00 $12.84 $6.65 $0.00 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $20.53 $26.95 months 3rd 6 60.00 $14.00 $6.65 $0.00 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $21.69 $28.70 months 4th 6 65.00 $15.17 $6.65 $0.00 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $22.86 $30.45 months 5th 6 70.00 $16.34 $6.65 $6.95 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $30.98 $39.15 months 6th 6 75.02 $17.51 $6.65 $6.95 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $32.15 $40.90 months 7th 6 80.00 $18.67 $6.65 $6.95 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $33.31 $42.65 months 8th 6 85.00 $19.84 $6.65 $6.95 $0.29 $0.00 $0.63 $0.12 $0.00 $0.00 $34.48 $44.40 months

Special Calculation Note : Other for $0.12 is for UBC National Fund.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice BROWN, BUTLER, CHAMPAIGN, CLARK, CLERMONT, CLINTON, DARKE, GREENE, HAMILTON, LOGAN, MIAMI,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852570700066... 12/7/2016 PW Rate Skilled LCR01-2016fbLocSWDayton Page Page 2 of 2

MONTGOMERY, PREBLE, SHELBY, WARREN

Special Jurisdictional Note :

Details : Scope of work shall include, but not be limited to: receiving,unloading,handling,distribution and installation of all carpeting materials,carpet padding or matting materials and all resilient materials whether for use on walls, floors,counter, sink,table and all preparation work necessary in connection therewith, including sanding work. the installation of nonstructural under-layment and the work of removing, cleaning waxing of any of the above. Carpeting shall include any floor covering composed of either natural or synthetic fibers that are made in breadths to be sewed, fastened or directly glued to floors or over cushioning sound-proofing materials.Resilient Floors shall consist of and include the laying of all special designs of wood,wood block, wood composition, cork, linoleum, asphalt, mastic, plastic, rubber tile,whether nailed or glued.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852570700066... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc1066 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Carpenter Millwright Local 1090 Cincinnati I

Change # : LCN01-2016fbLoc1066

Craft : Carpenter Effective Date : 09/29/2016 Last Posted : 09/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Carpenter $30.06 $6.65 $6.95 $0.44 $0.00 $5.20 $0.30 $0.00 $0.00 $49.60 $64.63 Millwright

Apprentice Percent 1st 6 60.00 $18.04 $6.65 $4.27 $0.44 $0.00 $3.42 $0.30 $0.00 $0.00 $33.12 $42.13 months 2nd 6 65.00 $19.54 $6.65 $4.61 $0.44 $0.00 $3.65 $0.30 $0.00 $0.00 $35.19 $44.96 months 3rd 6 70.00 $21.04 $6.65 $4.94 $0.44 $0.00 $3.87 $0.30 $0.00 $0.00 $37.24 $47.76 months 4th 6 75.00 $22.54 $6.65 $5.28 $0.44 $0.00 $4.09 $0.30 $0.00 $0.00 $39.30 $50.58 months 5th 6 80.00 $24.05 $6.65 $5.61 $0.44 $0.00 $4.31 $0.30 $0.00 $0.00 $41.36 $53.38 months 6th 6 85.00 $25.55 $6.65 $5.95 $0.44 $0.00 $4.54 $0.30 $0.00 $0.00 $43.43 $56.21 months 7th 6 90.03 $27.06 $6.65 $6.28 $0.44 $0.00 $4.76 $0.30 $0.00 $0.00 $45.49 $59.02 months 8th 6 95.00 $28.56 $6.65 $6.62 $0.44 $0.00 $4.98 $0.30 $0.00 $0.00 $47.55 $61.83 months

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time. Other ($.30) $0.10 National Fund, $0.10 Industry Fund, $0.05 for Drug Safety Program and $0.05 for National Millwright Fund

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice BROWN, BUTLER, CLERMONT, CLINTON, HAMILTON, WARREN

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256606005A... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc1066 Page Page 2 of 2

Special Jurisdictional Note :

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256606005A... 12/7/2016 PW Rate Skilled LCN01-2014fbCarpNEStatewide Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Carpenter NE District Industrial Dock & Door

Change # : LCN01-2014fbCarpNEStatewide

Craft : Carpenter Effective Date : 03/05/2014 Last Posted : 03/05/2014 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Carpenter $19.70 $5.05 $1.00 $0.15 $0.00 $0.00 $0.00 $0.00 $0.00 $25.90 $35.75

Trainee Percent 1st Year 60.00 $11.82 $5.05 $1.00 $0.15 $0.00 $0.00 $0.00 $0.00 $0.00 $18.02 $23.93 2nd Year 80.20 $15.80 $5.05 $1.00 $0.15 $0.00 $0.00 $0.00 $0.00 $0.00 $22.00 $29.90

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Trainee ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GEAUGA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAKE, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852577C90051... 12/7/2016 PW Rate Skilled LCN01-2014fbCarpNEStatewide Page Page 2 of 2

MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note : Industrial Dock and Door is the installation of overhead doors, roll up doors and dock leveling equipment

Details : 10/27/10 New Contract jc

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852577C90051... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc126 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Carpenter & Pile Driver SW District A

Change # : LCN01-2016fbLoc126

Craft : Carpenter Effective Date : 06/08/2016 Last Posted : 06/08/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Carpenter $24.99 $6.49 $6.95 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $39.52 $52.02 Pile Driver $24.99 $6.49 $6.95 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $39.52 $52.02

Apprentice Percent 1st 3 50.00 $12.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $12.50 $18.74 Months 2nd 3 50.00 $12.50 $6.49 $0.00 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $20.07 $26.32 Months 2rd 6 55.00 $13.74 $6.49 $0.00 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $21.32 $28.20 Months 3rd 6 60.00 $14.99 $6.49 $0.00 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $22.57 $30.07 Months 4th 6 65.00 $16.24 $6.49 $0.00 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $23.82 $31.95 Months 5th 6 70.00 $17.49 $6.49 $6.95 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $32.02 $40.77 Months 6th 6 75.00 $18.74 $6.49 $6.95 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $33.27 $42.64 Months 7th 6 80.00 $19.99 $6.49 $6.95 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $34.52 $44.52 Months 8th 6 85.00 $21.24 $6.49 $6.95 $0.40 $0.00 $0.59 $0.10 $0.00 $0.00 $35.77 $46.39 Months

Special Calculation Note : $.0.10 is for UBC National Fund.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : BROWN, BUTLER, CLERMONT, CLINTON, HAMILTON, WARREN

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525730200559... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc126 Page Page 2 of 2

1 Journeyman to 1 Apprentice 3 Journeyman to 1 Apprentice 5 Journeyman to 1 Apprentice

Special Jurisdictional Note :

Details : Carpenter duties shall include but not limited to: Pile driving, milling,fashioning,joining,assembling,erecting,fastening, or dismantling of all material of wood,plastic,metal,fiber,cork,and composition, and all other substitute materials: pile driving,cutting,fitting,and placing of lagging, and the handling,cleaning,erecting,installing,and dismantling of machinery,equipment,and erecting pre-engineered metal buildings. Pile Drivers work but not limited to: unloading, assembling,erection,repairs,operation,signaling,dismantling, and reloading all equipment that is used for pile driving including pile butts. pile butts is defined as sheeting or scrap piling. Underwater work that may be required in connection with the installation of piling. The diver and his tender work as a team and shall arrive at their own financial arrangements with the contractor.Any configuration of wood, steel, concrete, or composite that is jetted, driven, or vibrated onto the ground by conventional pile driving equipment for the purpose of supporting a future load that may be permanent or temporary. Driving bracing,plumbing,cutting off and capping of all piling whether wood,metal,pipe piling or composite. loading, unloading, erecting, framing, dismantling, moving, and handling of pile driving equipment. piling used in the construction and repair of all wharves, docks, piers, trestles, caissons, cofferdams, and the erection of all sea walls and breakwaters. All underwater and marine work on bulkheads, wharves,docks,shipyards, caissons, piers, bridges, pipeline work, viaducts, marine cable and trestles, as well as salvage and reclamation work where divers are employed. Rate shall include carpenters, acoustic, and ceiling installers, drywall installers, pile drivers, and floorlayers.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525730200559... 12/7/2016 PW Rate Skilled LCN02-2016fbLoc126 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Carpenter & Pile Driver SW District HevHwy

Change # : LCN02-2016fbLoc126

Craft : Carpenter Effective Date : 10/12/2016 Last Posted : 10/12/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Carpenter $28.59 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $44.46 $58.76 Pile Driver $28.59 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $44.46 $58.76

Apprentice Percent 1st 6 60.00 $17.15 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $33.02 $41.60 Months 2nd 6 65.00 $18.58 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $34.45 $43.75 Months is 1st year 3rd 6 70.00 $20.01 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $35.88 $45.89 Months 4th 6 75.00 $21.44 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $37.31 $48.03 Months is 2 years 5th 6 80.00 $22.87 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $38.74 $50.18 Months 6th 6 85.00 $24.30 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $40.17 $52.32 Months is 3 years 7th 6 90.00 $25.73 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $41.60 $54.47 Months 8th 6 95.00 $27.16 $6.45 $6.95 $0.40 $0.00 $1.70 $0.37 $0.00 $0.00 $43.03 $56.61 Months is 4 years

Special Calculation Note : Other is UBC National Fund.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257302005E... 12/7/2016 PW Rate Skilled LCN02-2016fbLoc126 Page Page 2 of 2

1 Journeymen to 1 Apprentice BROWN, BUTLER, CHAMPAIGN, CLARK, 2 Journeymen to 1 Apprentice thereafter. CLERMONT, CLINTON, DARKE, GREENE, HAMILTON, LOGAN, MIAMI, MONTGOMERY, PREBLE, SHELBY, WARREN

Special Jurisdictional Note :

Details : Highway Construction, Airport Construction, Heavy Construction but not limited to: (tunnels,subways,drainage projects,flood control,reservoirs). Railroad Construction,Sewer Waterworks & Utility Construction but not limited to: (storm sewers, waterlines, gaslines). Industrial & Building Site, Power Plant, Amusement Park, Athletic Stadium Site, Sewer and Water Plants. When the Contractor furnishes the necessary underwater gear for the Diver, the Diver shall be paid one and one half (1&1/2) times the journeyman rate for the time spent in the water.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257302005E... 12/7/2016 PW Rate Skilled LCN01-2016fbHvyHwy Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Cement Mason Bricklayer Local 97 HevHwy A

Change # : LCN01-2016fbHvyHwy

Craft : Bricklayer Effective Date : 06/29/2016 Last Posted : 06/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Cement $28.55 $7.75 $5.48 $0.42 $0.00 $0.00 $0.00 $0.00 $0.00 $42.20 $56.48 Mason Bricklayer Sewer Water Treatment A

Apprentice Percent 1st year 50.00 $14.28 $7.75 $5.48 $0.42 $0.00 $0.00 $0.00 $0.00 $0.00 $27.92 $35.06 2nd year 70.01 $19.99 $7.75 $5.48 $0.42 $0.00 $0.00 $0.00 $0.00 $0.00 $33.64 $43.63 3rd year 90.01 $25.70 $7.75 $5.48 $0.42 $0.00 $0.00 $0.00 $0.00 $0.00 $39.35 $52.20

Special Calculation Note : NOT FOR BUILDING CONSTRUCTION.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, 6 Journeymen to 2 Apprentice ATHENS, AUGLAIZE, BELMONT, BROWN, 9 Journeymen to 3 Apprentice BUTLER, CARROLL, CHAMPAIGN, CLARK, 12 Journeymen to 4 Apprentice CLERMONT, CLINTON, COLUMBIANA, 15 Journeymen to 5 Apprentice COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GEAUGA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525709000576... 12/7/2016 PW Rate Skilled LCN01-2016fbHvyHwy Page Page 2 of 2

KNOX, LAKE, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE

Special Jurisdictional Note :

Details : (A) Highway Construction, Sewer, Waterworks And Utility Construction, Industrial & Building Site Heavy Construction, Airport Construction Or Railroad Construction Work. (B) Power Plant, Tunnels, Amusement Park, Athletic Stadium Site Work ,Pollution Control,Sewer Plant, Waste Plant, & Water Treatment Facilities, Construction.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525709000576... 12/7/2016 PW Rate Skilled LCN01-2016fbHvyHwy Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Cement Mason Bricklayer Local 97 HevHwy B

Change # : LCN01-2016fbHvyHwy

Craft : Bricklayer Effective Date : 06/29/2016 Last Posted : 06/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Cement $29.54 $7.75 $5.48 $0.43 $0.00 $0.00 $0.00 $0.00 $0.00 $43.20 $57.97 Mason Bricklayer Power Plants Tunnels Amusement Parks B

Apprentice Percent 1st year 50.00 $14.77 $7.75 $5.48 $0.43 $0.00 $0.00 $0.00 $0.00 $0.00 $28.43 $35.82 2nd year 70.00 $20.68 $7.75 $5.48 $0.43 $0.00 $0.00 $0.00 $0.00 $0.00 $34.34 $44.68 3rd year 90.00 $26.59 $7.75 $5.48 $0.43 $0.00 $0.00 $0.00 $0.00 $0.00 $40.25 $53.54

Special Calculation Note : NOT FOR BUILDING CONSTRUCTION.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, 6 Journeymen to 2 Apprentice ATHENS, AUGLAIZE, BELMONT, BROWN, 9 Journeymen to 2 Apprentice BUTLER, CARROLL, CHAMPAIGN, CLARK, 12 Journeymen to 4 Apprentice CLERMONT, CLINTON, COLUMBIANA, 15 Journeymen to 5 Apprentice COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GEAUGA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852577070068... 12/7/2016 PW Rate Skilled LCN01-2016fbHvyHwy Page Page 2 of 2

HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAKE, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE

Special Jurisdictional Note :

Details : (A) Highway Construction, Sewer, Waterworks And Utility Construction, Industrial & Building Site Heavy Construction, Airport Construction Or Railroad Construction Work. (B) Power Plant, Tunnels, Amusement Park, Athletic Stadium Site Work ,Pollution Control,Sewer Plant, Waste Plant, & Water Treatment Facilities, Construction.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852577070068... 12/7/2016 PW Rate Skilled LCN01-2016fbHvyHwy Page Page 1 of 1

Prevailing Wage Rate Skilled Crafts Name of Union: Cement Mason Local 132 HvyHwy District II (A)

Change # : LCN01-2016fbHvyHwy

Craft : Cement Mason Effective Date : 11/02/2016 Last Posted : 11/02/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Cement $27.42 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $43.91 $57.62 Mason (A)

Apprentice Percent 1st Year 60.00 $16.45 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $32.94 $41.17 2nd Year 75.00 $20.57 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $37.06 $47.34 3rd Year 90.00 $24.68 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $41.17 $53.51

Special Calculation Note :

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 2 Journeymen to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, Company Wide HIGHLAND, WARREN

Special Jurisdictional Note :

Details : (A) Highway Construction, Sewer, Waterworks And Utility Construction, Industrial & Building Site, Heavy Construction, Airport Construction Or Railroad Construction Work. (B) Power Plant, Tunnels, Amusement Park, Athletic Stadium Site Work ,Pollution Control,Sewer Plant, Waste Plant, & Water Treatment Facilities, Construction.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256BEA0051... 12/7/2016 PW Rate Skilled LCN01-2016fbHvyHwy Page Page 1 of 1

Prevailing Wage Rate Skilled Crafts Name of Union: Cement Mason Local 132 HvyHwy District II (B)

Change # : LCN01-2016fbHvyHwy

Craft : Cement Mason Effective Date : 11/02/2016 Last Posted : 11/02/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Cement $28.29 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $44.78 $58.93 Mason (B)

Apprentice Percent 1st Year 60.00 $16.97 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $33.46 $41.95 2nd Year 75.02 $21.22 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $37.71 $48.32 3rd Year 90.00 $25.46 $7.29 $6.50 $0.60 $0.00 $2.10 $0.00 $0.00 $0.00 $41.95 $54.68

Special Calculation Note :

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 2 Journeymen to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, Company Wide HIGHLAND, WARREN

Special Jurisdictional Note :

Details : (A) Highway Construction, Sewer, Waterworks And Utility Construction, Industrial & Building Site, Heavy Construction, Airport Construction Or Railroad Construction Work. (B) Power Plant, Tunnels, Amusement Park, Athletic Stadium Site Work ,Pollution Control,Sewer Plant, Waste Plant, & Water Treatment Facilities, Construction.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525775400680... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc132 Page Page 1 of 1

Prevailing Wage Rate Skilled Crafts Name of Union: Cement Mason Local 132 (Cincinnati)

Change # : LCN01-2016fbLoc132

Craft : Cement Effective Date : 06/16/2016 Last Posted : 06/16/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Cement $22.55 $6.60 $6.25 $0.50 $0.00 $0.25 $0.00 $0.00 $0.00 $36.15 $47.43 Mason

Apprentice Percent 1st yr 55.00 $12.40 $6.60 $6.25 $0.50 $0.00 $0.25 $0.00 $0.00 $0.00 $26.00 $32.20 2nd yr 70.02 $15.79 $6.60 $6.25 $0.50 $0.00 $0.25 $0.00 $0.00 $0.00 $29.39 $37.28 3rd yr 90.00 $20.30 $6.60 $6.25 $0.50 $0.00 $0.25 $0.00 $0.00 $0.00 $33.90 $44.04

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, 4 Journeymen to 2 Apprentice HIGHLAND, WARREN 7 Journeymen to 3 Apprentice 10 Journeymen to 4 Apprentice

Special Jurisdictional Note :

Details : *Cement Masons working on silo & slip form work shall receive $.50 per hour over Journeyman scale. *Cement Masons working on swinging scaffolds shall receive $.50 per hour over Journeyman scale. *Cement Masons working on high lifts from 20' and above shall receive $.50 per hour over Journeyman scale.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256F030063... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc212in Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Electrical Local 212 Inside

Change # : LCN01-2016fbLoc212in

Craft : Electrical Effective Date : 06/16/2016 Last Posted : 06/16/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Electrician $27.47 $6.30 $8.42 $0.61 $0.00 $1.80 $0.65 $0.00 $0.00 $45.25 $58.98

Apprentice Percent 1st period 40.00 $10.99 $6.30 $0.33 $0.36 $0.00 $0.35 $0.00 $0.00 $0.00 $18.33 $23.82 0-1000 hrs 2nd period 44.00 $12.09 $6.30 $0.36 $0.38 $0.00 $0.35 $0.00 $0.00 $0.00 $19.48 $25.52 1000- 2000 hrs 3rd period 49.00 $13.46 $6.30 $4.12 $0.40 $0.00 $1.15 $0.65 $0.00 $0.00 $26.08 $32.81 2000- 3500 hrs 4th period 53.00 $14.56 $6.30 $4.47 $0.42 $0.00 $1.20 $0.65 $0.00 $0.00 $27.60 $34.88 3500- 5000 hrs 5th period 58.00 $15.93 $6.30 $4.89 $0.44 $0.00 $1.25 $0.65 $0.00 $0.00 $29.46 $37.43 5000- 6500 hrs 6th period 73.00 $20.05 $6.30 $6.15 $0.50 $0.00 $1.45 $0.65 $0.00 $0.00 $35.10 $45.13 6500- 8000 hrs

Special Calculation Note : Other is; Supplemental Unemployment

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : Each Job site shall be allowed a ratio of two (2) BROWN, CLERMONT, HAMILTON Apprentices to every three (3) Journeyman Wireman.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525799200631... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc212in Page Page 2 of 2

1 to 3 Journeyman to 2 Apprentices 4 to 6 Journeyman to 4 Apprentices Etc.

Special Jurisdictional Note :

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525799200631... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc212in Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Electrical Local 212 Inside Lt Commercial South West

Change # : LCN01-2016fbLoc212in

Craft : Electrical Effective Date : 03/10/2016 Last Posted : 03/10/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Electrician $27.03 $5.90 $8.06 $0.61 $0.00 $1.80 $0.65 $0.00 $0.00 $44.05 $57.57 CE-3 $20.67 $5.21 $0.62 $0.63 $0.00 $0.62 $0.00 $0.00 $0.10 $27.85 $38.19 12,001- 14,000 Hrs CE-2 $16.24 $5.21 $0.49 $0.63 $0.00 $0.49 $0.00 $0.00 $0.10 $23.16 $31.28 10,001- 12,000 Hrs CE-1 $14.77 $5.21 $0.44 $0.63 $0.00 $0.44 $0.00 $0.00 $0.10 $21.59 $28.98 8,001- 10,000 Hrs CW-4 $13.29 $5.21 $0.40 $0.63 $0.00 $0.40 $0.00 $0.00 $0.10 $20.03 $26.67 6,001-8,000 Hrs CW-3 $11.81 $5.21 $0.35 $0.63 $0.00 $0.35 $0.00 $0.00 $0.10 $18.45 $24.36 4,001-6,000 Hrs CW-2 $10.34 $5.21 $0.31 $0.63 $0.00 $0.31 $0.00 $0.00 $0.10 $16.90 $22.07 2,001-4,000 Hrs CW-1 $10.34 $5.21 $0.31 $0.63 $0.00 $0.31 $0.00 $0.00 $0.10 $16.90 $22.07 0-2,000 Hrs

Apprentice Percent 1st period 40.00 $10.81 $5.90 $0.32 $0.36 $0.00 $0.35 $0.00 $0.00 $0.00 $17.74 $23.15 0-1000 hrs 2nd period 44.00 $11.89 $5.90 $0.36 $0.38 $0.00 $0.35 $0.00 $0.00 $0.00 $18.88 $24.83 1000- 2000 hrs 3rd period 49.00 $13.24 $5.90 $3.95 $0.40 $0.00 $1.15 $0.65 $0.00 $0.00 $25.29 $31.92 2000- 3500 hrs 53.00 $14.33 $5.90 $4.27 $0.41 $0.00 $1.20 $0.65 $0.00 $0.00 $26.76 $33.92

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257990004B... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc212in Page Page 2 of 2

4th period 3500- 5000 hrs 5th period 58.00 $15.68 $5.90 $4.68 $0.44 $0.00 $1.25 $0.65 $0.00 $0.00 $28.60 $36.44 5000- 6500 hrs 6th period 73.00 $19.73 $5.90 $5.88 $0.50 $0.00 $1.45 $0.65 $0.00 $0.00 $34.11 $43.98 6500- 8000 hrs

Special Calculation Note : Other is; Supplemental Unemployment

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : Each Job site shall be allowed a ratio of two (2) BROWN, CLERMONT, HAMILTON Apprentices to every three (3) Journeyman Wireman.

1 to 3 Journeyman to 2 Apprentices 4 to 6 Journeyman to 4 Apprentices Etc.

Construction Electrician and Construction Wireman Ratio There shall be a minimum ratio of one inside Journeyman to every (4) employees of different classification per jobsite. An inside Journeyman Wireman is required on the project as the fifth (5th) worker or when apprentices are used.

Special Jurisdictional Note : The scope of work for the light commercial agreement shall apply to the following facilities not to exceed 200,000 square feet; office buildings, shopping centers, auto sales agencies and garages, churches, funeral homes, nursing homes, hotels, retail and wholesale facilities, small stand-alone manufacturing facilities when free standing and not part of a larger facility (not to exceed 50,000 square fee), solar projects (500 panels or less) unless otherwise covered under the agreement, lighting retrofits (when not associated with remodels involving branch re-circuiting) lighting retrofits shall be defined as the changing of lamps and ballasts in existing light fixtures and shall also include the one for one replacement of existing fixtures, warehouses, gas stations, food service centers, restaurants, entertainment facilities, hospitals, clinics, motels, residential buildings.

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257990004B... 12/7/2016 PW Rate Skilled LCR01-2016fbLoc212VDV Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Electrical Local 212 Voice Data Video

Change # : LCR01-2016fbLoc212VDV

Craft : Voice Data Video Effective Date : 03/10/2016 Last Posted : 03/10/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Electrical $22.75 $5.80 $0.68 $0.43 $0.00 $3.65 $0.00 $0.00 $0.00 $33.31 $44.68 Installer Technician A Electrical- $21.61 $5.80 $0.65 $0.41 $0.00 $3.65 $0.00 $0.00 $0.00 $32.12 $42.92 Installer Technician B JW $20.48 $5.80 $0.61 $0.39 $0.00 $3.65 $0.00 $0.00 $0.00 $30.93 $41.17 Installer Technician NON $14.79 $2.00 $0.44 $0.28 $0.00 $1.00 $0.00 $0.00 $0.00 $18.51 $25.91 BICSI Installer

Cable $10.24 $2.00 $0.31 $0.19 $0.00 $0.00 $0.00 $0.00 $0.00 $12.74 $17.86 Puller

Apprentice Percent 1st 800 50.00 $11.38 $5.80 $0.34 $0.22 $0.00 $0.00 $0.00 $0.00 $0.00 $17.73 $23.42 Hours 2nd 800 - 50.00 $11.38 $5.80 $0.34 $0.22 $0.00 $0.00 $0.00 $0.00 $0.00 $17.73 $23.42 1600 hours 3rd 1600 - 60.00 $13.65 $5.80 $0.41 $0.26 $0.00 $3.65 $0.00 $0.00 $0.00 $23.77 $30.60 2400 hours 4th 2400 - 65.00 $14.79 $5.80 $0.44 $0.28 $0.00 $3.65 $0.00 $0.00 $0.00 $24.96 $32.35 3200 hours 5th 3200 - 70.03 $15.93 $5.80 $0.48 $0.30 $0.00 $3.65 $0.00 $0.00 $0.00 $26.16 $34.13 4000 hours 6th 4000 - 75.01 $17.06 $5.80 $0.51 $0.32 $0.00 $3.65 $0.00 $0.00 $0.00 $27.34 $35.88 4800 hours

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852575140075... 12/7/2016 PW Rate Skilled LCR01-2016fbLoc212VDV Page Page 2 of 2

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Technician to 1 Apprentices BROWN, CLERMONT, HAMILTON

Special Jurisdictional Note :

Details : -- The following work is excluded from the Teledata Technician Work Scope: The installation of computer systems in industrial applications such as assembly lines, robotics, computer controller manufacturing systems. The installation of conduit and /or raceways shall be installed by Inside Wireman. On sites where there is no Inside Wireman employed the Teledata Technician may install raceway, or conduit not greater than 10 feet. Fire Alarm work shall not be part of this agreement. All HVAC control work shall not be part of this agreement. -- A Journeyman Installer Technician A shall be an individual with five (5) years of experience and training, successfully completed classroom & OJT requirements of JATC apprentice program, passed and maintained BICSI Installer Level 1, BICSI Installer Level 2, and BICSI Technician Certificate. -- Installer Technician (B) shall be an individual with four (4) years experience & training, successfully completed classroom and OJT requirements of JATC administrated apprentice program, pass and maintain BICSI Installer Level 1 and Installer Level 2. -- JW Installer Technician shall be an individual with three (3) years of experience and training successfully completed classroom and OTJ requirements of JATC administered apprentice program, pass and maintained BICSI Installer Level 1 and BICSI Installer Level 2 or has passed and maintained BICSI Installer Level 2.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852575140075... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc7 Page Page 1 of 3

Prevailing Wage Rate Skilled Crafts Name of Union: Electrical Local 71 High Tension Pipe Type Cable

Change # : LCN01-2016fbLoc7

Craft : Lineman Effective Date : 03/10/2016 Last Posted : 03/10/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Electrical $40.37 $5.25 $1.21 $0.40 $0.00 $8.88 $0.35 $0.00 $0.00 $56.46 $76.64 Lineman Certified $40.37 $5.25 $1.21 $0.40 $0.00 $8.88 $0.35 $0.00 $0.00 $56.46 $76.64 Lineman Welder Certified $40.37 $5.25 $1.21 $0.40 $0.00 $8.88 $0.35 $0.00 $0.00 $56.46 $76.64 Cable Splicer Operator A $36.28 $5.25 $1.09 $0.36 $0.00 $7.98 $0.35 $0.00 $0.00 $51.31 $69.45 Operator B $32.21 $5.25 $0.97 $0.32 $0.00 $7.09 $0.35 $0.00 $0.00 $46.19 $62.29 Operator C $26.10 $5.25 $0.78 $0.26 $0.00 $5.74 $0.35 $0.00 $0.00 $38.48 $51.53 Groundman $20.19 $5.25 $0.61 $0.20 $0.00 $4.44 $0.35 $0.00 $0.00 $31.04 $41.14 0-12 months Exp Groundman $22.20 $5.25 $0.67 $0.22 $0.00 $4.88 $0.35 $0.00 $0.00 $33.57 $44.67 0-12 months Exp w/CDL Groundman $22.20 $5.25 $0.67 $0.22 $0.00 $4.88 $0.35 $0.00 $0.00 $33.57 $44.67 1 yr or more Groundman $26.24 $5.25 $0.79 $0.26 $0.00 $5.77 $0.35 $0.00 $0.00 $38.66 $51.78 1 yr or more w/CDL Equipment $32.21 $5.25 $0.97 $0.32 $0.00 $7.09 $0.35 $0.00 $0.00 $46.19 $62.29 Mechanic A Equipment $29.16 $5.25 $0.87 $0.29 $0.00 $6.42 $0.35 $0.00 $0.00 $42.34 $56.92 Mechanic B $26.10 $5.25 $0.78 $0.26 $0.00 $5.74 $0.35 $0.00 $0.00 $38.48 $51.53

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257745004D... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc7 Page Page 2 of 3

Equipment Mechanic C X-Ray $40.37 $5.25 $1.21 $0.40 $0.00 $8.88 $0.35 $0.00 $0.00 $56.46 $76.64 Technician Apprentice Percent 1st 1000 60.00 $24.22 $5.25 $0.73 $0.24 $0.00 $5.33 $0.35 $0.00 $0.00 $36.12 $48.23 hrs 2nd 1000 65.00 $26.24 $5.25 $0.79 $0.26 $0.00 $5.77 $0.35 $0.00 $0.00 $38.66 $51.78 hrs 3rd 1000 70.00 $28.26 $5.25 $0.85 $0.28 $0.00 $6.22 $0.35 $0.00 $0.00 $41.21 $55.34 hrs 4th 1000 75.00 $30.28 $5.25 $0.91 $0.30 $0.00 $6.66 $0.35 $0.00 $0.00 $43.75 $58.89 hrs 5th 1000 80.00 $32.30 $5.25 $0.97 $0.32 $0.00 $7.11 $0.35 $0.00 $0.00 $46.30 $62.44 hrs 6th 1000 85.00 $34.31 $5.25 $1.03 $0.34 $0.00 $7.55 $0.35 $0.00 $0.00 $48.83 $65.99 hrs 7th 1000 90.00 $36.33 $5.25 $1.09 $0.36 $0.00 $7.99 $0.35 $0.00 $0.00 $51.37 $69.54 hrs

Special Calculation Note : Other is Health Retirement Account

Operator "A" John Henry Rock Drill, D-6 (or equivalent) and above, Trackhoe Digger, (320 Track excavator), Cranes (greater then 25 tons and less than 45 tons).

Operator "B" Cranes (greater than 6 tons and up to 25 tons), Backhoes, Road Tractor, Dozer up to D-5, Pressure Digger- wheeled or tracked, all Tension wire Stringing equipment.

Operator "C" Trench, Backhoe, Riding type vibratory Compactor, Ground Rod Driver, Boom Truck (6 ton & below), Skid Steer Loaders, Material Handler.

*All Operators of cranes 45 ton or larger shall be paid the journeyman rate of pay. $0.30 is for Health Retirement Account.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice ADAMS, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, GALLIA, GEAUGA, GREENE, GUERNSEY, HAMILTON, HARRISON,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257745004D... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc7 Page Page 3 of 3

HIGHLAND, HOCKING, HOLMES, JACKSON, JEFFERSON, KNOX, LAKE, LAWRENCE, LICKING, LOGAN, LORAIN, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, RICHLAND, ROSS, SCIOTO, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VINTON, WARREN, WASHINGTON, WAYNE

Special Jurisdictional Note :

Details : Heli - Arc Welding will be paid $.30 above Journeyman rate. Additional compensation of 10% over the Journeyman Lineman and Journeyman Technician for performing work on structures outside of buildings such as water towers, smoke stacks, radio and television towers, more than 75' above the ground.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257745004D... 12/7/2016 PW Rate Skilled LCN01-2015fbLoc71Cincinnati Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Electrical Local 71 Outside Cincinnati

Change # : LCN01-2015fbLoc71Cincinnati

Craft : Lineman Effective Date : 12/28/2015 Last Posted : 03/11/2015 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Electrical $35.82 $5.25 $1.07 $0.36 $0.00 $6.45 $0.06 $0.00 $0.00 $49.01 $66.92 Lineman Traffic $34.48 $5.25 $1.03 $0.34 $0.00 $6.21 $0.06 $0.00 $0.00 $47.37 $64.61 Signal & Lighting Journeyman Equipment $32.24 $5.25 $0.97 $0.32 $0.00 $5.80 $0.06 $0.00 $0.00 $44.64 $60.76 Operator Groundman $19.70 $5.25 $0.59 $0.20 $0.00 $3.55 $0.06 $0.00 $0.00 $29.35 $39.20 0-12 months Groundman $23.28 $5.25 $0.70 $0.23 $0.00 $4.19 $0.06 $0.00 $0.00 $33.71 $45.35 1 year plus

Traffic Signal Apprentices 1st 1,000 $20.69 $5.25 $0.62 $0.21 $0.00 $3.72 $0.06 $0.00 $0.00 $30.55 $40.90 hours 2nd 1,000 $22.41 $5.25 $0.67 $0.22 $0.00 $4.03 $0.06 $0.00 $0.00 $32.64 $43.85 hours 3rd 1,000 $24.14 $5.25 $0.72 $0.24 $0.00 $4.35 $0.06 $0.00 $0.00 $34.76 $46.83 hours 4th 1,000 $25.86 $5.25 $0.78 $0.26 $0.00 $4.65 $0.06 $0.00 $0.00 $36.86 $49.79 hours 5th 1,000 $27.58 $5.25 $0.83 $0.28 $0.00 $4.96 $0.06 $0.00 $0.00 $38.96 $52.75 hours 6th 1,000 $31.03 $5.25 $0.93 $0.31 $0.00 $5.59 $0.06 $0.00 $0.00 $43.17 $58.69 hours Apprentice Percent Lineman 1st 1,000 60.00 $21.49 $5.25 $0.64 $0.21 $0.00 $3.87 $0.06 $0.00 $0.00 $31.52 $42.27 Hours 65.00 $23.28 $5.25 $0.70 $0.23 $0.00 $4.19 $0.06 $0.00 $0.00 $33.71 $45.35

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257A07005C... 12/7/2016 PW Rate Skilled LCN01-2015fbLoc71Cincinnati Page Page 2 of 2

2nd 1,000 Hours 3rd 1,000 70.00 $25.07 $5.25 $0.75 $0.25 $0.00 $4.51 $0.06 $0.00 $0.00 $35.89 $48.43 Hours 4th 1,000 75.00 $26.87 $5.25 $0.81 $0.27 $0.00 $4.84 $0.06 $0.00 $0.00 $38.10 $51.53 Hours 5th 1,000 80.00 $28.66 $5.25 $0.86 $0.29 $0.00 $5.16 $0.06 $0.00 $0.00 $40.28 $54.60 Hours 6th 1,000 85.00 $30.45 $5.25 $0.91 $0.30 $0.00 $5.48 $0.06 $0.00 $0.00 $42.45 $57.67 Hours 7th 1,000 90.00 $32.24 $5.25 $0.97 $0.32 $0.00 $5.80 $0.06 $0.00 $0.00 $44.64 $60.76 Hours

Special Calculation Note : Other is National Electrical Benefit Fund (NEBF) and Safety & Education Fund.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, WARREN

Special Jurisdictional Note :

Details : A groundman when directed shall assist a Journeyman in the performance of his/her work on the ground, including the use of hand tools. A Groundman under no circumstances shall climb poles, towers,ladders, or work from an elevated platform or bucket truck.

No more than three (3) Groundmen shall work alone. Jobs with more that three Groundmen shall be supervised by a Groundcrew Foreman, Journeyman Lineman, Journeyman Traffic Signal Technician or an Equipment Operator.

Scope of Work: installation and maintenance of highway and street lighting, highway and street sign lighting, electronic message boards and traffic control systems, camera systems, traffic signal work, substation and line construction including overhead and underground projects for private and industrial work as in accordance with the IBEW Constitution. This Agreement includes the operation of all tools and equipment necessary for the installation of the above projects.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257A07005C... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc7 Page Page 1 of 3

Prevailing Wage Rate Skilled Crafts Name of Union: Electrical Local 71 Outside Utility Power

Change # : LCN01-2016fbLoc7

Craft : Lineman Effective Date : 03/10/2016 Last Posted : 03/10/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Electrical $38.29 $5.25 $1.15 $0.38 $0.00 $8.42 $0.35 $0.00 $0.00 $53.84 $72.98 Lineman Substation $38.29 $5.25 $1.15 $0.38 $0.00 $8.42 $0.35 $0.00 $0.00 $53.84 $72.98 Technician Cable $40.06 $5.25 $1.20 $0.40 $0.00 $8.81 $0.35 $0.00 $0.00 $56.07 $76.10 Splicer Operator A $34.42 $5.25 $1.03 $0.34 $0.00 $7.57 $0.35 $0.00 $0.00 $48.96 $66.17 Operator B $30.54 $5.25 $0.92 $0.31 $0.00 $6.72 $0.35 $0.00 $0.00 $44.09 $59.36 Operator C $24.73 $5.25 $0.74 $0.25 $0.00 $5.44 $0.35 $0.00 $0.00 $36.76 $49.13 Groundman $19.15 $5.25 $0.57 $0.19 $0.00 $4.21 $0.35 $0.00 $0.00 $29.72 $39.29 0-12 months Exp Groundman $21.06 $5.25 $0.63 $0.21 $0.00 $4.63 $0.35 $0.00 $0.00 $32.13 $42.66 0-12 months Exp w/CDL Groundman $21.06 $5.25 $0.63 $0.21 $0.00 $4.63 $0.35 $0.00 $0.00 $32.13 $42.66 1 yr or more Groundman $24.89 $5.25 $0.75 $0.25 $0.00 $5.48 $0.35 $0.00 $0.00 $36.97 $49.42 1 yr or more w/CDL Equipment $30.54 $5.25 $0.92 $0.31 $0.00 $6.72 $0.35 $0.00 $0.00 $44.09 $59.36 Mechanic A Equipment $27.65 $5.25 $0.83 $0.28 $0.00 $6.08 $0.35 $0.00 $0.00 $40.44 $54.26 Mechanic B Equipment $24.73 $5.25 $0.74 $0.25 $0.00 $5.44 $0.35 $0.00 $0.00 $36.76 $49.13 Mechanic C $27.24 $5.25 $0.82 $0.27 $0.00 $5.99 $0.35 $0.00 $0.00 $39.92 $53.54

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573600050... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc7 Page Page 2 of 3

Line Truck w/uuger Apprentice Percent 1st 1000 60.00 $22.97 $5.25 $0.69 $0.23 $0.00 $5.05 $0.35 $0.00 $0.00 $34.54 $46.03 hrs 2nd 1000 65.00 $24.89 $5.25 $0.75 $0.25 $0.00 $5.48 $0.35 $0.00 $0.00 $36.97 $49.41 hrs 3rd 1000 70.00 $26.80 $5.25 $0.80 $0.27 $0.00 $5.90 $0.35 $0.00 $0.00 $39.37 $52.77 hrs 4th 1000 75.00 $28.72 $5.25 $0.86 $0.29 $0.00 $6.32 $0.35 $0.00 $0.00 $41.79 $56.15 hrs 5th 1000 80.00 $30.63 $5.25 $0.92 $0.31 $0.00 $6.74 $0.35 $0.00 $0.00 $44.20 $59.52 hrs 6th 1000 85.00 $32.55 $5.25 $0.98 $0.33 $0.00 $7.16 $0.35 $0.00 $0.00 $46.62 $62.89 hrs 7th 1000 90.00 $34.46 $5.25 $1.03 $0.34 $0.00 $7.58 $0.35 $0.00 $0.00 $49.01 $66.24 hrs

Special Calculation Note : Other is Health Retirement Account Operator "A" John Henry Rock Drill, D-6 (or equivalent) and above, Trackhoe Digger, (320 Track excavator), Cranes (greater then 25 tons and less than 45 tons).

Operator "B" Cranes (greater than 6 tons and up to 25 tons), Backhoes, Road Tractor, Dozer up to D-5, Pressure Digger- wheeled or tracked, all Tension wire Stringing equipment.

Operator "C" Trench, Backhoe, Riding type vibratory Compactor, Ground Rod Driver, Boom Truck (6 ton & below), Skid Steer Loaders, Material Handler.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : (1) Journeyman Lineman to (1) Apprentice ADAMS, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, GALLIA, GEAUGA, GREENE, GUERNSEY, HAMILTON, HARRISON, HIGHLAND, HOCKING, HOLMES, JACKSON, JEFFERSON, KNOX, LAKE, LAWRENCE, LICKING, LOGAN, LORAIN, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, RICHLAND, ROSS,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573600050... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc7 Page Page 3 of 3

SCIOTO, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VINTON, WARREN, WASHINGTON, WAYNE

Special Jurisdictional Note : 0.30 is for Health Retirement Account.

Details : Heli - Arc Welding will be paid $.30 above Journeyman rate. Additional compensation of 10% over the Journeyman Lineman and Journeyman Technician for performing work on structures outside of buildings such as water towers, smoke stacks, radio and television towers, more than 75' above the ground.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573600050... 12/7/2016 PW Rate Skilled lcn01-2015fbLoc11 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Elevator Local 11

Change # : lcn01-2015fbLoc11

Craft : Elevator Effective Date : 02/19/2015 Last Posted : 02/19/2015 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Elevator $41.26 $13.58 $8.46 $0.60 $3.72 $5.75 $1.38 $0.00 $0.00 $74.75 $95.38 Mechanic Helper $27.91 $11.03 $6.96 $0.55 $1.67 $5.00 $0.00 $0.00 $0.00 $53.12 $67.07

0-6 50.00 $20.63 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $20.63 $30.94 months Probation 1st year 54.99 $22.69 $13.58 $8.46 $0.60 $1.36 $5.75 $0.77 $0.00 $0.00 $53.21 $64.55 2nd year 65.00 $26.82 $13.58 $8.46 $0.60 $1.61 $5.75 $0.91 $0.00 $0.00 $57.73 $71.14 3rd year 70.00 $28.88 $13.58 $8.46 $0.60 $1.73 $5.75 $0.98 $0.00 $0.00 $59.98 $74.42 4th year 80.00 $33.01 $13.58 $8.46 $0.60 $1.98 $5.75 $1.10 $0.00 $0.00 $64.48 $80.98

Special Calculation Note : Other is Holiday Pay. Vacation calcuated at 6% up until 5yrs of service, then 8% thereafter.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : The total number of Helpers & Apprentices ADAMS, BROWN, BUTLER, CLERMONT, employed shall not exceed the number of CLINTON, DARKE, GREENE, HAMILTON, Mechanics on any one job, except on jobs where HIGHLAND, MIAMI, MONTGOMERY, (2) teams or more are working, (1) extra Helper or PREBLE, SCIOTO, SHELBY, WARREN Apprentice may be employed for the first (2) teams and an extra Helper or Apprentice for each additional (3) teams.

1 Journeymen to 1 Apprentice 2 Journeymen to 5 Apprentice 3 Journeymen to 6 Apprentice

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256CD3005... 12/7/2016 PW Rate Skilled lcn01-2015fbLoc11 Page Page 2 of 2

Special Jurisdictional Note :

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256CD3005... 12/7/2016 PW Rate Skilled LCN02-2016fbLoc387 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Glazier Local 387

Change # : LCN02-2016fbLoc387

Craft : Glazier Effective Date : 11/01/2016 Last Posted : 10/26/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Glazier $25.50 $5.35 $8.30 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $39.40 $52.15

Apprentice Percent 1st 6 50.02 $12.76 $5.35 $0.00 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $18.36 $24.73 months 2nd 6 60.00 $15.30 $5.35 $4.39 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $25.29 $32.94 months 3rd 6 65.00 $16.57 $5.35 $4.91 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $27.08 $35.37 months 4th 6 70.02 $17.86 $5.35 $5.05 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $28.51 $37.43 months 5th 6 75.00 $19.12 $5.35 $5.63 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $30.35 $39.92 months 6th 6 80.00 $20.40 $5.35 $5.77 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $31.77 $41.97 months 7th 6 85.02 $21.68 $5.35 $6.29 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $33.57 $44.41 months 8th 6 90.02 $22.96 $5.35 $6.88 $0.25 $0.00 $0.00 $0.00 $0.00 $0.00 $35.44 $46.91 months

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : Each employer may employ and train Apprentices ADAMS, BROWN, BUTLER, CHAMPAIGN, in the following ratio to journey workers CLARK, CLERMONT, CLINTON, DARKE, employed: 1 apprentice per 1 journey worker. FAYETTE*, GREENE, HAMILTON,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256F42005E... 12/7/2016 PW Rate Skilled LCN02-2016fbLoc387 Page Page 2 of 2

HIGHLAND, MIAMI, MONTGOMERY, PREBLE, SHELBY*, WARREN

Special Jurisdictional Note : Fayette County: Eastern portion of route #41 being the dividing line between locals 372 and 387. Local 387 has jurisdiction of projects built on property which borders route #41 East. Shelby County: Southern portion of routes #47 & 29.

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256F42005E... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc372 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Ironworker Local 372

Change # : LCN01-2016fbLoc372

Craft : Ironworker Effective Date : 08/17/2016 Last Posted : 08/17/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Ironworker $27.15 $7.10 $9.50 $0.55 $0.00 $3.00 $0.00 $0.00 $0.00 $47.30 $60.87 Reinforced Concrete

Apprentice Percent 0-1200 60.02 $16.30 $7.10 $9.50 $0.55 $0.00 $0.75 $0.00 $0.00 $0.00 $34.20 $42.34 hours worked 1201-2400 75.00 $20.36 $7.10 $9.50 $0.55 $0.00 $3.00 $0.00 $0.00 $0.00 $40.51 $50.69 hours worked 2401-3600 85.00 $23.08 $7.10 $9.50 $0.55 $0.00 $3.00 $0.00 $0.00 $0.00 $43.23 $54.77 hours worked

Special Calculation Note : Health & Welfare and Pension are paid on hours worked. Annuity is paid on hours paid.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS*, BROWN, BUTLER*, CLERMONT, CLINTON, HAMILTON, HIGHLAND*, WARREN*

Special Jurisdictional Note : Adams County -Townships include: Bratton, Scott, Wayne, Winchester. Butler County: Townships include: Oxford,Liberty, Ross, Saint Clair, Fairfield, Morgan, Union, Reily, Hanover, West Chester. Highland County Townships include: Dotson, Salem, Clay, White Oak, Hamer, New Market, Concord, Jackson, Washington. Warren

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525781700769... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc372 Page Page 2 of 2

County: Townships include: Harlan, Deerfield, Hamilton.

Details : Work in connection with field fabrication, handling, racking, sorting, cutting, bending, hoisting, placing, burning, welding & tying all materials used to reinforce concrete construction, except loading &unloading by hand. Realigning of reinforced iron, wire mesh placing, bricking, pulling & similar reinforcing materials, placing steel dowels, as well as refastening. Reinforcing steel & wire mesh in roadways & sidewalks in connection with building construction also erection & fabrication of preconnection with building construction, also erection & fabrication of prestressed & precast joist,beams, columns, slabs, walls, roofs, tanks, manholes, trenches & covers. Handling of "J" or Jack bars on slip form. Metal Decking similar to "corruform when used for floor forms over metal or concrete supports whether welded or clipped. Post tension. All loading & unloading, hoisting, placing & tying of all post tensioning cables. Also wrecking of cones, wedging of the tendons, stressing, cutting & repairing.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525781700769... 12/7/2016 PW Rate Skilled LCNO1-2015fbLoc44 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Ironworker Local 44

Change # : LCNO1-2015fbLoc44

Craft : Ironworker Effective Date : 06/01/2016 Last Posted : 05/20/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Ironworker $26.47 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.82 $60.06 Structural $26.27 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.62 $59.76 Ornamental $26.47 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.82 $60.06 Machine $26.47 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.82 $60.06 Mover/Rigger Conveyer $26.47 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.82 $60.06 Mechanic Maintenance/Heavy $26.47 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.82 $60.06 Hwy Welder A $26.72 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $47.07 $60.43 Welder B $26.97 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $47.32 $60.81 Sheeter $26.47 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $46.82 $60.06 Fence Erector $25.15 $7.10 $9.50 $0.60 $0.00 $3.00 $0.15 $0.00 $0.00 $45.50 $58.07

1st yr A 55.00 $14.56 $7.10 $9.50 $0.60 $0.00 $0.25 $0.15 $0.00 $0.00 $32.16 $39.44 1st yr B 60.00 $15.88 $7.10 $9.50 $0.60 $0.00 $0.25 $0.15 $0.00 $0.00 $33.48 $41.42 1st yr C 65.00 $17.21 $7.10 $9.50 $0.60 $0.00 $0.25 $0.15 $0.00 $0.00 $34.81 $43.41 2nd yr A 70.00 $18.53 $7.10 $9.50 $0.60 $0.00 $0.25 $0.15 $0.00 $0.00 $36.13 $45.39 2nd yr B 75.00 $19.85 $7.10 $9.50 $0.60 $0.00 $0.25 $0.15 $0.00 $0.00 $37.45 $47.38 3rd yr A 80.00 $21.18 $7.10 $9.50 $0.60 $0.00 $0.50 $0.15 $0.00 $0.00 $39.03 $49.61 3rd yr B 85.00 $22.50 $7.10 $9.50 $0.60 $0.00 $0.50 $0.15 $0.00 $0.00 $40.35 $51.60 4th yr A 90.00 $23.82 $7.10 $9.50 $0.60 $0.00 $1.00 $0.15 $0.00 $0.00 $42.17 $54.08 4th yr B 95.00 $25.15 $7.10 $9.50 $0.60 $0.00 $1.00 $0.15 $0.00 $0.00 $43.50 $56.07 Special Calculation Note : Other is Impact Fund Training

Ratio : Jurisdiction ( * denotes special jurisdictional note ) :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0066... 12/7/2016 PW Rate Skilled LCNO1-2015fbLoc44 Page Page 2 of 2

1 Journeymen to 1 Apprentice ADAMS*, BROWN, BUTLER*, CLERMONT, 2 Journeymen to 1 Apprentice (6 or more men) CLINTON*, HAMILTON, HIGHLAND*, 2 Journeymen to 2 Apprentices (on Structural) WARREN*

Special Jurisdictional Note : Adams County Twps included: Bratton, Scott, Winchester, Wayne. Butler County Twps included: Oxford, St. Clair, Fairfield, Morgan, Liberty, Union, Ross, Reily, Hanover. West Chester. In Clinton County, Manchester and South West Borrow. Highland County Twps included: Dotson, Salem, Clay, White Oak, Hamer, New Market, Concord, Jackson, Washington. Warren County Twps included: Harlan, Deerfield, Hamilton.

Details : Structural Iron Work but not limited to:field fabrication, all loading to and including the erecting,rigging,assembly,dismantling, placing, temporary and permanent securing by any means of all structural iron,steel,ornamental lead,bronze,brass,copper,aluminum,glass all ferrous and non ferrous metal and composite material, precast prestressed and post-stressed concrete structures. Bridges and bridge rails,bridge viaducts,bucks bulkheads,bumper and bumper post,canopies and unistrut canopies,corrugated ferrous and non ferrous sheets when attached to steel frames,columns,beams,bar-joists,trusses,grinders,roof decking,electrical supports,elevator cars,elevator fronts and enclosures,erection of steel towers,flag poles, gymnasium equipment,stadium and arena seating,jail cell work,jail cell beds,benches,bunks,chairs,tables,mirrors,jail cell access doors,rigging and installation of machinery and equipment(erecting,aligning,anchoring and dismantling, erection and dismantling of tower cranes,derrick monorail systems, Chicago booms,overhead cranes,gantries,material and personnel hoists,tanks,hoppers and conveyors. All pre- engineered metal buildings and their entirety including siding,roofing, gutters, downspouts and erection of all.

Ornamental Iron Work but not limited to:all work in connection with field fabrication,handling including loading/off loading,sorting,cutting,fastening,anchoring,bending,hoisting,placing,burning,welding,and tying,dismantling of all materials used in miscellaneous iron or steel, for stairs,hand railings,rolling doors, rolling gates,rolling shutters,fence,windows,curtain wall,erection and welding of all metal, sash,architectural and ornamental treatments, but not necessarily limited to all sizes and types of ornamental,steel iron,lead,bronze,brass,copper,aluminum,all ferrous and non ferrous metals and composite materials . Fence Erector Iron Worker but not limited to: All work in connection with the field fabrication and erection of chain link fence,which includes but not limited to the loading and of the fence fabric and posts also the installation of the above.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0066... 12/7/2016 PW Rate Skilled LCN01-2016fbLocalHevHwy3 Page Page 1 of 3

Prevailing Wage Rate Skilled Crafts Name of Union: Labor HevHwy 3

Change # : LCN01-2016fbLocalHevHwy3

Craft : Laborer Group 1 Effective Date : 05/20/2016 Last Posted : 05/20/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Laborer $29.22 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $39.67 $54.28 Group 1 Group 2 $29.39 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $39.84 $54.54 Group 3 $29.72 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $40.17 $55.03 Group 4 $30.17 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $40.62 $55.71 Watch $21.95 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $32.40 $43.38 Person

Apprentice Percent 0-1000 hrs 60.00 $17.53 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $27.98 $36.75 1001-2000 70.00 $20.45 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $30.90 $41.13 hrs 2001-3000 80.00 $23.38 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $33.83 $45.51 hrs 3001-4000 90.00 $26.30 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $36.75 $49.90 hrs More than 100.00 $29.22 $6.70 $3.20 $0.45 $0.00 $0.00 $0.00 $0.10 $0.00 $39.67 $54.28 4000 hrs

Special Calculation Note : Watchmen have no Apprentices. Tunnel Laborer rate with air- pressurized add $1.00 to the above wage rate.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ATHENS, 3 Journeymen to 1 Apprentice thereafter AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579C10069... 12/7/2016 PW Rate Skilled LCN01-2016fbLocalHevHwy3 Page Page 2 of 3

DEFIANCE, DELAWARE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, MADISON, MARION, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, RICHLAND, ROSS, SCIOTO, SENECA, SHELBY, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WYANDOT

Special Jurisdictional Note : Hod Carriers and Common Laborers - Heavy, Highway, Sewer, Waterworks, Utility, Airport, Railroad, Industrial and Building Site, Sewer Plant, Waste Water Treatment Facilities Construction

Details : Group 1 Laborer (Construction); Plant Laborer or Yardman, Right-of-way Laborer, Landscape Laborer, Highway Lighting Worker, Signalization Worker, (Swimming) Pool Construction Laborer, Utility Man, *Bridge Man, Handyman, Joint Setter, Flagperson, Carpenter Helper, Waterproofing Laborer, Slurry Seal, Seal Coating, Surface Treatment or Road Mix Laborer, Riprap Laborer & Grouter, Asphalt Laborer, Dump Man (batch trucks), Guardrail & Fence Installer, Mesh Handler & Placer, Concrete Curing Applicator, Scaffold Erector, Sign Installer, Hazardous Waste (level D), Diver Helper, Zone Person and Traffic Control.

*Bridge Man will perfomr work as per the October 31, 1949, memorandum on concrete forms, byand between the United Brotherhood of Caprpenters and Joiners of Americ and the Laborers' International Union of North America, which states in; "the moving, cleaning, oiling and carrying to the next point of erection, and the stripping of forms which are not to be re-used, and forms on all flat arch work shall be done by memebers of the Laborers' International Union of North America."

Group 2 Asphalt Raker, Screwman or Paver, Concrete Puddler, Kettle Man (pipeline), All Machine-Driven Tools (Gas, Electric, Air), Mason Tender, Brick Paver, Mortar Mixer, Skid Steer, Sheeting & Shoring Person, Surface Grinder Person, Screedperson, Water Blast, Hand Held Wand, Power Buggy or Power Wheelbarrow, Paint Striper, Plastic fusing Machine Operator, Rodding Machine Operator, Pug Mill Operator, Operator of All Vacuum Devices Wet or Dry, Handling of all Pumps 4 inches and under (gas, air or electric), Diver, Form Setter, Bottom Person, Welder Helper (pipeline), Concrete Saw Person, Cutting with Burning Torch, Pipe Layer, Hand Spiker (railroad), Underground Person (working in sewer and waterline, cleaning, repairing and reconditioning). Tunnel Laborer (without air),Caisson, Cofferdam (below 25 feet deep), Air Track and Wagon Drill, Sandblaster Nozzle Person, Hazardous Waste (level B), ***Lead Abatement, Hazardous Waste (level C)

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579C10069... 12/7/2016 PW Rate Skilled LCN01-2016fbLocalHevHwy3 Page Page 3 of 3

***Includes the erecting of structures for the removal, including the encapsulation and containment of Lead abatement process.

Group 3 Blast and Powder Person, Muckers will be defined as shovel men working directly with the miners, Wrencher (mechanical joints & utility pipeline), Yarner, Top Lander, Hazardous Waste (level A), Concrete Specialist, Curb Setter and Cutter, Grade Checker, Concrete Crew in Tunnels. Utility pipeline Tappers, Waterline, Caulker, Signal Person will receive the rate equal to the rate paid the Laborer classification for which the Laborer is signaling.

Group 4 Miner,Welder, Gunite Nozzle Person

A.) The Watchperson shall be responsible to patrol and maintain a safe traffic zone including but not limited to barrels, cones, signs, arrow boards, message boards etc. The responsibility of a watchperson is to see that the equipment, job and office trailer etc. are secure.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579C10069... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc265 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Labor Local 265 Building

Change # : LCN01-2016fbLoc265

Craft : Laborer Effective Date : 06/29/2016 Last Posted : 06/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Laborer $22.15 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.65 $45.72 Group 1 Group 2 $22.25 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.75 $45.88 Group 3 $22.30 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.80 $45.95 Group 4 $22.35 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.85 $46.03 Group 5 $22.65 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $35.15 $46.47 Group 6 $22.90 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $35.40 $46.85

Apprentice Percent 0-1000 60.00 $13.29 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $25.79 $32.44 Hours 1001 - 70.00 $15.50 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $28.00 $35.76 2000 Hours 2001 - 80.00 $17.72 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $30.22 $39.08 3000 Hours 3001 - 90.00 $19.93 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $32.44 $42.40 4000 Hours More than 100.00 $22.15 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.65 $45.72 4000 Hours

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice BROWN, CLERMONT, CLINTON, HAMILTON 4 Journeymen to 1 Apprentice thereafter per project

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E4A0067... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc265 Page Page 2 of 2

Special Jurisdictional Note :

Details : Classification Descriptions :

Group 1 Building & Common Laborer, Asbestos Removal, Cement Mason Helpers, Hand Operated Mechanical Mule, Mechanical Mule, Mechanical Sweeper, Signaler, Flagger, Wrecking Laborer

Group 2 Bottom Man, Pipe Layer

Group 3 Skid Steer, Industrial Fork Lift Operator, Burning Torch Operator, Jack Hammer, Air Spade, Chipping Hammer, Mechanical & Air Tamper Operator, Mechanical Concrete Buggies, Power Operated Mechanical Mule, Concrete Pump Hose Man, Vibrator Man, CERCLA Trained Hazardous Material Removal - (levels A, B, & C), High lifts,Lulls & Dingo

Group 4 Bottom Jack Hammer Man

Group 5 Tunnel Laborer

Group 6 Gunnite Nozzle Operator

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E4A0067... 12/7/2016 PW Rate Skilled LCR01-2016fboc265A Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Labor Local 265A Mason Tender

Change # : LCR01-2016fboc265A

Craft : Laborer Effective Date : 06/29/2016 Last Posted : 06/29/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Laborer $21.70 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.20 $45.05 Mason Tender/ Scaffolding/ Forklift Operator

Apprentice 0 - 1000 $13.02 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $25.52 $32.03 Hours 1001 - 2000 $15.19 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $27.69 $35.28 Hours 2001 - 3000 $17.36 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $29.86 $38.54 Hours 3001 - 4000 $19.53 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $32.03 $41.80 Hours More than $21.70 $6.70 $5.30 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.20 $45.05 4000 Hours

Special Calculation Note :

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice BROWN, CLERMONT, CLINTON, HAMILTON 4 Journeymen to 1 Apprentice thereafter per project

Special Jurisdictional Note :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257B73005A... 12/7/2016 PW Rate Skilled LCR01-2016fboc265A Page Page 2 of 2

Details : TENDERS: The tending of Masons and mixing, handling and conveying of all materials used by Brick or Stone Masons, whether done by hand or by any other procedure including but not limited to, all forklifts or other mechanical means, all heating and drying off all materials used by Brick or Stone Masons and cleaning and clearing of all debris.

SCAFFOLDING: The building and dismantling of scaffolding and staging for Masons shall be the work of the Mason Tenders.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257B73005A... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18zone3 Page Page 1 of 3

Prevailing Wage Rate Skilled Crafts Name of Union: Operating Engineers - Building Local 18 - Zone III

Change # : LCN01-2016fbLoc18zone3

Craft : Operating Engineer Effective Date : 06/01/2016 Last Posted : 06/01/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Operator $33.84 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.34 $65.26 Class 1 Class 2 $32.72 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $47.22 $63.58 Class 3 $32.68 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $47.18 $63.52 Class 4 $31.50 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $46.00 $61.75 Class 5 $26.04 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $40.54 $53.56 Class 6 $34.09 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.59 $65.64 Class 7 $34.34 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.84 $66.01 Class 8 $34.84 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $49.34 $66.76 Class 9 $35.09 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $49.59 $67.14

Apprentice Percent 1st Year 50.00 $16.92 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $31.42 $39.88 2nd Year 60.00 $20.30 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $34.80 $44.96 3rd Year 70.00 $23.69 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $38.19 $50.03 4th Year 80.00 $27.07 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $41.57 $55.11 Field Mechanic Trainee 1st Year 50.00 $16.92 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $31.42 $39.88 2nd Year 60.00 $20.30 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $34.80 $44.96 3rd Year 70.00 $23.69 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $38.19 $50.03 4th Year 80.00 $27.07 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $41.57 $55.11

Special Calculation Note : Other: Education & Safety

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : For every (3) Operating Engineer Journeymen ADAMS, ALLEN, ASHLAND, ATHENS, employed by the company ,there may be employed AUGLAIZE, BELMONT, BROWN, BUTLER,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0073... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18zone3 Page Page 2 of 3

(1) Registered Apprentice. An apprenice, while CARROLL, CHAMPAIGN, CLARK, employed as part of a crew per Article VIII, CLERMONT, CLINTON, COSHOCTON, paragraph 77, will not be subject to the CRAWFORD, DARKE, DEFIANCE, apprenticeship ratios in this collective bargaining DELAWARE, FAIRFIELD, FAYETTE, agreement. On jobs where maintenance engineers FRANKLIN, FULTON, GALLIA, GREENE, are to be employed, for every (2) Class 2 GUERNSEY, HAMILTON, HANCOCK, Mechanics there may be (1) Mechanic Trainee & HARDIN, HARRISON, HENRY, HIGHLAND, so fourth. HOCKING, HOLMES, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, MADISON, MARION, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WYANDOT

Special Jurisdictional Note :

Details : **Apprentices will receive a 10% increase on top of the percentages listed above provided they are operating mobile equipment. Mechanic Trainees will receive 10% increase if required to have CDL

Class 1 - Barrier Moving Machine; Boiler Operators or Compressor Operators, when compressor or boiler is mounted on crane (Piggyback Operation); Boom Trucks (all types); Cableways Cherry Pickers; Combination - Concrete Mixers & Towers; All Concrete Pumps with Booms; Cranes (all types) Derricks (all types); Draglines Dredges (dipper, clam or suction) 3-man crew; Elevating Graders or Euclid Loaders; Floating Equipment; Gradalls; Helicopter Operators; hoisting building materials; Helicopter Winch Operators, Hoisting building materials; Hoes (All types); Hoists (with two or more drums in use): Hydraulic Gantry (lift system); Laser Finishing Machines; Lift Slab or Panel Jack Operators; Locomotives (all types); Maintenance Engineers (Mechanic and/or Welder); Mixers, paving (multiple drum); Mobile Concrete Pumps, with booms, Panelboards, (all types on site); Pile Drivers; Power Shovels; Prentice Loader; Rail Tamper (with automatic lifting and aligning device);' Rotary Drills (all) used on caissons for foundations and sub-structure work; Side Booms; Slip Form Pavers; Straddle Carriers (Building Construction on site); Tug Boats. Horizontal Directional Drill, Rough Terrain Fork-lift with Winch/Hoist, Laser Screed, and Like equipment;Compact Cranes,track or rubber over 4,000 pound capacity,self-erecting cranes:stationary,track or truck (all configurations) bucket trench machines (over 24 " wide).

Class 2 - Asphalt Pavers; Bobcat-type and/or skid steer loader with hoe attachment greater than 7000 lbs. Bulldozers; CMI type Equipment; Endloaders; Hydro Milling Machine; Kolman-type Loaders (Dirt Loading); Lead Greasemen; Mucking Machines; Pettibone-Rail Equipment; Power Graders; Power Scoops; Power Scrapers; Push Cats; Vermeer Type Concrete Saw;All rotomills, grinders & planers of all types. Articulating/end dumps (minus $4.00/hour from Class 2 rate)

Class 3 - A Frames; Air Compressors, Pressurizing Shafts or Tunnels; All Asphalt Rollers; Bobcat- type and/or skid steer loader with or without attachments; Boilers (15 lbs pressure and over); All

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0073... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18zone3 Page Page 3 of 3

concrete Pumps (without booms with 5 inch system); Fork Lifts (except masonry); Highway Drillers - all types (with integral power); Hoists (with one drum); House Elevators (except those automatic call button controlled); Man lifts; Mud Jacks; Pressure Grouting; Pump Operators (installing or operating Well Points or other types of Dewatering Systems); Pumps (4 inches and over discharge); Railroad Tie Inserter/Remover; Rotator (Lime-Soil Stabilizer); Submersible Pumps (4 inches and over discharge); Switch & Tie Tampers (without lifting and aligning device); Trench Machines (24 inches and under); Utility Operators; Material hoist/elevators.

Class 4 - Ballast Re-locator; Backfillers and Tampers; Batch Plant Operators; Bar and Joint Installing Machines; Bull Floats; Burlap and Curing Machines; Clefplanes; Compressors, on building construction; Concrete Spreader; Conveyors, used for handling building materials; Concrete Mixers, one bag capacity (side loader); Concrete Mixers, capacity more than one bag; Crushers; Deck Hands; Drum Fireman (in Asphalt Plant); Farm type tractors pulling attachments; Finishing Machines; Form Trenchers; Generators: Gunite Machines; Hydro-Seeders; Pavement Breakers (hydraulic or cable); Post Drivers; Post Hole Diggers; Pressure Pumps (over 1/2 inch discharge); Road Widening Trenchers; Rollers (except asphalt); All Concrete pumps (without Boom with 4 inch or smaller systems); Self-Propelled Power Spreaders; Concrete Spreaders; Self-Propelled Sub-graders; Shotcrete Machines; Tire Repairmen; Tractors, pulling sheepfoot rollers or graders; VAC/ALLS; Vibratory Compactors, with integral power; Welder Operators.

Class 5 - Boilers (less than 15 lbs. pressure); Inboard/outboard Motor Boat Launches; Light Plant Operators; Masonry Fork Lifts; Oilers/Helpers; Power Driven Heaters (oil fired); Power Scrubbers; Power Sweepers; Pumps (under 4 inch discharge); Signalmen, Submersible Pumps (under 4 inch discharge). Directional Drill Locator and Allen Screed Concrete Paver. Fueling and greasing (plus $3.00), compact cranes; track or rubber under 4,000 pounds.

Class 6 - Master Mechanic

Class 7 - Boom & Jib 150 - 180 feet

Class 8 - Boom & Jib 180 - 249 feet

Class 9 - Boom & Jib 250 - or over

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0073... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18hevhwyII Page Page 1 of 4

Prevailing Wage Rate Skilled Crafts Name of Union: Operating Engineers - HevHwy II

Change # : LCN01-2016fbLoc18hevhwyII

Craft : Operating Engineer Effective Date : 06/01/2016 Last Posted : 06/01/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Operator $33.84 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.34 $65.26 Class 1 Class 2 $33.72 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.22 $65.08 Class 3 $32.68 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $47.18 $63.52 Class 4 $31.50 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $46.00 $61.75 Class 5 $26.04 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $40.54 $53.56 Class 6 $34.09 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.59 $65.64 Class 7 $34.09 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.59 $65.64 Class 8 $34.34 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $48.84 $66.01 Great Lakes Floating Agreement Class 1 $41.90 $7.41 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $56.15 $77.10 Class 2A $40.40 $7.41 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $54.65 $74.85 Class 2B $40.40 $7.41 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $54.65 $74.85 Class 3 $35.95 $7.41 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $50.20 $68.18 Class 4 $29.90 $7.41 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $44.15 $59.10 Apprentice Percent 1st Year 50.00 $16.92 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $31.42 $39.88 2nd Year 60.00 $20.30 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $34.80 $44.96 3rd Year 70.00 $23.69 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $38.19 $50.03 4th Year 80.00 $27.07 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $41.57 $55.11 Field Mech Trainee Class 2 1st year 49.82 $16.86 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $31.36 $39.79 2nd year 59.78 $20.23 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $34.73 $44.84 3rd year 69.73 $23.60 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $38.10 $49.89 4th year 79.73 $26.98 $7.66 $6.00 $0.75 $0.00 $0.00 $0.09 $0.00 $0.00 $41.48 $54.97

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0071... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18hevhwyII Page Page 2 of 4

Special Calculation Note : Other: Education & Safety Fund is $0.09 per hour.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : For every (3) Operating Engineer Journeymen ADAMS, ALLEN, ASHLAND, ATHENS, employed by the company , there may be AUGLAIZE, BELMONT, BROWN, BUTLER, employed (1) Registered Apprentice. An CARROLL, CHAMPAIGN, CLARK, apprentice, while employed as part of a crew per CLERMONT, CLINTON, COSHOCTON, Article VIII paragraph 65, will not be subject the CRAWFORD, DARKE, DEFIANCE, apprenticeship ratios in this collective bargaining DELAWARE, FAIRFIELD, FAYETTE, agreement. On jobs where maintenance engineers FRANKLIN, FULTON, GALLIA, GREENE, are to be employed, for every (2) Class 2 GUERNSEY, HAMILTON, HANCOCK, Mechanics there may be (1) Mechanic Trainee & HARDIN, HARRISON, HENRY, HIGHLAND, so fourth. Mechanic Trainee rate is a percentage of HOCKING, HOLMES, HURON, JACKSON, Class 2 rate. JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LUCAS, MADISON, MARION, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note :

Details : **Apprentices will receive a 10% increase on top of the percentages listed above provided they are operating mobile equipment. Mechanic Trainees will receive 10% increase if they are required to have CDL.

Class 1 - Air Compressors on Steel Erection; Barrier Moving Machine; Boiler Operators, on Compressors or Generators, when mounted on a rig: Cableways, Combination Concrete mixers & Towers; Concrete Pumps; Concrete Plants ( over 4 yd capacity); Cranes (all types, including Boom Trucks, Cherry Pickers); Derricks; Draglines, Dredgers (dipper, clam or suction); Elevating Graders or Euclid Loaders; Floating Equipment (all types); Gradalls, Helicopter Crew (Operator- hoist or winch); Hoes (all types); Hoisting Engines, on shaft or tunnel work; Hydraulic Gantry (lifting system); Industrial - Type Tractors; Jet Engine Dryers (D8 or D9), Diesel Tractors; Locomotives (standard gage); Maintenance Operators (class A); Mixers, paving (single or double drum); Mucking Machines; Multiple Scrapers; Piledriving Machines (all types); Power Shovels, Prentice Loader; Quad 9 (double pusher); Rail Tamper (with automatic lifting and aligning device); Refrigerating Machines (freezer operation); Side Booms; Slip Form Pavers; Tower Dericks; Tree Shredders; Truck Mounted Concrete Pumps; Tug Boats; Tunnel Machines and /or Mining Machines; Wheel Excavators. Rough Terrain Fork-lift with Winch/Hoist; Compact Cranes, track rubber over 4,000 pound capacity, self- erecting cranes; stationary, track or truck (all configurations) Bucket trench machines (over 24 inches wide).

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0071... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18hevhwyII Page Page 3 of 4

Class 2 - Asphalt Pavers; Automatic Subgrade Machines, self-propelled (CMI-type); Bobcat-type and /or skid steer loader with hoe attachment greater than 7000 lbs.; Boring Machine Operators (more than 48 inches); Bulldozers; Endloaders; Hydro Milling Machine; Kolman-type Loaders (production type-dirt); Lead Greasemen; Maintenance Operators, Class B (Portage and Summit Counties only); Pettibone-Rail Equipment; Power Graders; Power Scrapers; Push Cats; Lighting and Traffic Signal Installation Equipment includes all groups or classifications; Trench Machines (24inch wide and under); Vermeer Type Concrete saw. Material Transfer Equipment (Shuttle buggy) Asphalt; All rotomills,grinders and planers of all types. Horizontal Directional Drill (Over 50,000 ft.lbs.thrust and over)

Class 3 - A-Frames; Air Compressors, on tunnel work (low Pressure); Asphalt Plant Engineers; Bobcat-type and/or skid steer loader with or without attachments; Power Boilers (15 lbs pressure and over); Highway Drills (all types); Rollers, asphalt; Pump Operators (installing or operating well Points); Pumps (4 inch and over discharge); Railroad Tie Inserter/Remover; Rotator (lime-soil Stabilizer), Switch & Tie Tampers (without lifting and aligning device); Locomotives (narrow gage); Mixers, concrete (more than one bag capacity); Mixers, one bag capacity (side loader); Utilities Operators, (small equipment); Welding Machines; Material hoist/elevators. Articulating/straight bed end dumps if assigned (minus $4.00 per hour).

Class 4 -Ballast Re-locator; Backfillers, Batch Plants; Bar and Joint Installing Machines; Boring Machine Operators (48 inch or less); Bull Floats; Burlap and Curing Machines; Concrete Plants (capacity 4 yd and under); Conveyors (highway); Concrete Saws (multiple); Crushers; Deckhands; Farm type tractors, with attachments (highway), except masonry; Finishing Machines; Firemen, Floating Equipment (all types); Fork Lifts (highway); Form Trenchers; Hydro Hammers; Hydro Seeders; Pavement Breakers; Plant Mixers; Post Drivers; Post Hole Diggers (power auger); Power Brush Burners; Power Form Handling Equipment; Road Widening Trenchers; Rollers (brick, grade, macadam); Self-Propelled Power Spreaders; Self-Propelled Sub-Graders; Tractors, pulling sheepsfoot rollers or graders; Steam Firemen; Vibratory Compactors, with integral power.

Class 5 - Compressors (portable, Sewer, Heavy and Highway); Generators; Inboard-Outboard Motor Boat Launches; Masonry Fork Lifts; Oilers/Helpers; Power Driven Heaters; Power Scrubbers; Power Sweepers; Pumps (under 4 inch discharge); Signalmen; Drum Fireman (in Asphalt Plant); Oil Heaters (Asphalt Plant); Tire Repairmen; VAC/ALLS; Fueling and greasing (plus $3.00), compact cranes: track or rubber under 4,000 pounds.

Class 6 - Master Mechanic

Class 7 - Crane Boom 150 ft - 180 ft

Class 8 - Crane Boom over 180 ft .

GREAT LAKES FLOATING AGREEMENT: Class 1 - Diver,Wet Tender, Engineer, (Hyd.Dredge), Craft Foreman ( Master Mechanic) Class 2A - Crane Backhoe Operator,Mechanic/Welder,Assistant Engineer (Hyd. Dredge), Leverman (Hyd Dredge) Diver Tender, Tug Operator ( Tug 70T and over) Class 2B - Friction Crane, Lattice Boom or any Crane Certification. Class 3 - Deck Equipment Operator, (Machineryman), Maint. of Crane, Tug/Launch Operator, Loader/Dozer on Barge, Deck Machinery, Maintenance of Crane ( over 50T capacity), or Backhoe (115,000lbs or more) Loaders/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0071... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc18hevhwyII Page Page 4 of 4

Scow. Class4 - Deck Equipment Operator, (Machineryman/Fireman)(4 equipment Units or more), Deck Hand, Tug Engineer, Crane Maintenance, 50T and under/Backhoe 115,000lbs or less, Assistant Tug Operator, add off Road Truck.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852579EA0071... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc123 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Painter Local 123 & 238 HevHwy

Change # : LCN01-2016fbLoc123

Craft : Painter Effective Date : 05/20/2016 Last Posted : 05/20/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Painter $24.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $34.45 $46.95 Bridge Class 1 Bridge $16.45 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $25.91 $34.14 Quality Control Bridge $21.33 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $30.79 $41.46 Equipment Tender Containment Builder

Apprentice Percent 1st year 55.00 $13.74 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $21.10 $27.98 2nd year 65.00 $16.24 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $23.60 $31.73 3rd year 75.00 $18.74 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $26.10 $35.47 4th year 80.00 $19.99 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $27.35 $37.35

Special Calculation Note : Apprentices based on % of each Classification above.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice per job BROWN, BUTLER, CLERMONT, CLINTON, 3 Journeyman to 1 Apprentice per company HAMILTON, WARREN

Special Jurisdictional Note :

Details : Industrial Work paid as commercial work above for each class which includes, Industrial Plants,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257742006A... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc123 Page Page 2 of 2

repair garages,processing plants,storage tanks,warehouses,skeletons structures, bridges unless highest point of clearance is 60 feet or more whether new or old construction offices and office buildings in industrial sites are at industrial rates.Heavy & Highway Bridges-GuardRails- Light Poles. A hazardous steeplejack rate shall apply on radio towers, stacks, light towers, water towers, steeples, skeleton steel, and exterior industrial conveyors over 25 feet, where such items require steeplejack methods and the rate of pay shall be a $1.00 per hour above the industrial rate.Steeplejack rate to apply to bridges where highest point of clearance is 60 feet.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257742006A... 12/7/2016 PW Rate Skilled LCNO1-2015fbLoc639 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Painter Local 639

Change # : LCNO1-2015fbLoc639

Craft : Painter Effective Date : 06/10/2015 Last Posted : 06/10/2015 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Painter Metal Finisher/Helpers Top Helper $19.09 $3.65 $0.00 $0.00 $0.66 $0.00 $0.00 $0.00 $0.00 $23.40 $32.94 Class A Top Helper $19.09 $3.65 $0.65 $0.00 $1.03 $0.00 $0.37 $0.00 $0.00 $24.79 $34.33 Class B Top Helper $19.09 $3.65 $1.00 $0.00 $1.76 $0.00 $0.37 $0.00 $0.00 $25.87 $35.41 Class C Helper Class A $14.69 $3.65 $0.00 $0.00 $0.51 $0.00 $0.00 $0.00 $0.00 $18.85 $26.19 Helper Class B $14.69 $3.65 $0.65 $0.00 $0.79 $0.00 $0.28 $0.00 $0.00 $20.06 $27.40 Helper Class C $14.69 $3.65 $1.00 $0.00 $1.64 $0.00 $0.28 $0.00 $0.00 $21.26 $28.60 New Hire 90 $11.00 $3.65 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $14.65 $20.15 Days

Special Calculation Note : Other is Sick and Personal Time

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, CUYAHOGA, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GEAUGA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN,

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E5F0050... 12/7/2016 PW Rate Skilled LCNO1-2015fbLoc639 Page Page 2 of 2

HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAKE, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note :

Details : Top Helper: Shall perform the responsibilities of a Helper and be responsible for the setup, break down, safety and quality of the company's product. Helper : Shall be responsible for performing tasks in refinishing, compliance with safety procedures, setting up and breaking down job sites, scaffolding and swing stages and preparing surfaces for refinishing including but not limited to, masking and stripping and cleaning, oxidizing, polishing and scratch removal on various surfaces . Class A Workers: Less than 1 Year of Service. Class B Workers: More than 1 and less than 8 Years of Service. Class C Workers: More than 8 Years of Service.

Metal Polisher Scope of Work: Polishing, buffing, stripping, coloring, lacquering, spraying, cleaning and maintenance of ornamental and architectural metals, iron, bronze, nickel, aluminum and stainless steel and in mental specialty work, various stone finishes, stone specialty work and any other work pertaining to the finishing of metal, stones, woods, and any window washing/cleaning done in conjunction with this work, using chemicals, solvents, coatings and hand applied lacquer thinner, removing scratches from mirrow finished metals, burnishing of bronze, statuary finishes on exterior and interior surfaces and the use of all tools required to perform such work, including but not limited to polishes, spray equipment and scaffolding.

Swing State Rate: All work on scaffold 4 sections or higher, including any boom lifts and swing stage scaffolds including the rigging and derigging of hanging/suspended swing stage systems and rappelling/bolson chair work, ADD $1.50 per hour.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E5F0050... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc639 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Painter Local 639 Zone 2 Sign

Change # : LCN01-2016fbLoc639

Craft : Painter Effective Date : 08/03/2016 Last Posted : 08/03/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Painter Sign $21.25 $1.33 $0.14 $0.00 $0.00 $0.00 $0.57 $0.00 $0.00 $23.29 $33.92 Journeyman Tech/Team Leader Class A Painter Sign $21.25 $1.33 $0.14 $0.00 $0.41 $0.00 $0.57 $0.00 $0.00 $23.70 $34.32 Journeyman Tech/Team Leader Class B Painter Sign $21.25 $1.33 $0.14 $0.00 $0.82 $0.00 $0.57 $0.00 $0.00 $24.11 $34.74 Journeyman Tech/Team Leader Class C Painter Sign $21.25 $1.33 $0.14 $0.00 $1.23 $0.00 $0.57 $0.00 $0.00 $24.52 $35.14 Journeyman Tech/Team Leader Class D Sign $20.98 $1.33 $0.14 $0.00 $0.00 $0.00 $0.56 $0.00 $0.00 $23.01 $33.50 Journeyman Class A Sign $20.98 $1.33 $0.14 $0.00 $0.40 $0.00 $0.56 $0.00 $0.00 $23.41 $33.90 Journeyman Class B Sign $20.98 $1.33 $0.14 $0.00 $0.81 $0.00 $0.56 $0.00 $0.00 $23.82 $34.31 Journeyman Class C Sign $20.98 $1.33 $0.14 $0.00 $1.21 $0.00 $0.56 $0.00 $0.00 $24.22 $34.71 Journeyman Class D Tech Sign $15.90 $1.33 $0.14 $0.00 $0.00 $0.00 $0.43 $0.00 $0.00 $17.80 $25.75 Fabrication/ Erector Class A

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525800300575... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc639 Page Page 2 of 2

Tech Sign $15.90 $1.33 $0.14 $0.00 $0.31 $0.00 $0.43 $0.00 $0.00 $18.11 $26.06 Fabrication/ Erector Class B Tech Sign $15.90 $1.33 $0.14 $0.00 $0.61 $0.00 $0.43 $0.00 $0.00 $18.41 $26.36 Fabrication/ Erector Class C Tech Sign $15.90 $1.33 $0.14 $0.00 $0.92 $0.00 $0.43 $0.00 $0.00 $18.72 $26.67 Fabrication/ Erector Class D

Special Calculation Note : Other is for paid holidays.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : ADAMS, ALLEN, AUGLAIZE, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GREENE, HAMILTON, HANCOCK, HARDIN, HENRY, HIGHLAND, HOLMES, HURON, JACKSON, KNOX, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MERCER, MIAMI, MONTGOMERY, MORROW, MUSKINGUM, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PREBLE, PUTNAM, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, WARREN, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note :

Details : Class A: less that 1 year. Class B: 1-3 years. Class C; 3-10 years. Class D: More than 10 years.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525800300575... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc123 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Painter Locals 123 & 238 Commercial & Industrial

Change # : LCN01-2016fbLoc123

Craft : Painter Effective Date : 05/20/2016 Last Posted : 05/20/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Painter $23.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $33.45 $45.45 Brush Roll Paper $23.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $33.45 $45.45 Hanger Spray $24.49 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $33.95 $46.20 Painter Sand $24.74 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $34.20 $46.57 Blaster Water Blaster Elevated $24.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $34.45 $46.95 Tanks Hazardous $24.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $34.45 $46.95 Rate High Work Lead Abatement

Apprentice Percent 1st year 55.00 $13.19 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $20.55 $27.15 2nd year 65.00 $15.59 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $22.95 $30.75 3rd year 75.00 $17.99 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $25.35 $34.35 4th year 80.00 $19.19 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $26.55 $36.15

Special Calculation Note :

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : (1) Journeymen to (1) Apprentice per jobsite BROWN, BUTLER, CLERMONT, CLINTON, (3) Journeymen to (1) Apprentice per company HAMILTON, WARREN

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256C720066... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc123 Page Page 2 of 2

Special Jurisdictional Note :

Details : Industrial Work paid as commercial work above for each class which includes, Industrial Plants, repair garages,processing plants,storage tanks,warehouses,skeletons structures, bridges unless highest point of clearance is 60 feet or more whether new or old construction offices and office buildings in industrial sites are at industrial rates.Heavy & Highway Bridges-GuardRails- Light Poles. A hazardous steeplejack rate shall apply on radio towers, stacks, light towers, water towers, steeples, skeleton steel, and exterior industrial conveyors over 25 feet, where such items require steeplejack methods and the rate of pay shall be a $1.00 per hour above the industrial rate.Steeplejack rate to apply to bridges where highest point of clearance is 60 feet.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256C720066... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc123-238 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Painter Locals 123 & 238

Change # : LCN01-2016fbLoc123-238

Craft : Drywall Finisher Effective Date : 05/20/2016 Last Posted : 05/20/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Painter $23.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $33.45 $45.45 Drywall Finisher Tapers and $23.99 $5.00 $4.20 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $33.45 $45.45 Finishers

Apprentice Percent 1st year 55.00 $13.19 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $20.55 $27.15 2nd year 65.00 $15.59 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $22.95 $30.75 2rd year 75.00 $17.99 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $25.35 $34.35 4th year 80.00 $19.19 $5.00 $2.10 $0.26 $0.00 $0.00 $0.00 $0.00 $0.00 $26.55 $36.15

Special Calculation Note :

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice per job BROWN, BUTLER, CLERMONT, CLINTON, 3 Journeyman to 1 Apprentice per company HAMILTON, WARREN

Special Jurisdictional Note :

Details : Industrial Work paid as commercial work above for each class which includes, Industrial Plants, repair garages,processing plants,storage tanks,warehouses,skeletons structures, bridges unless highest point of clearance is 60 feet or more whether new or old construction offices and office buildings in industrial sites are at industrial rates.Heavy & Highway Bridges-GuardRails- Light Poles. A hazardous steeplejack rate shall apply on radio towers, stacks, light towers, water towers, steeples, skeleton steel, and exterior industrial conveyors over 25 feet, where such items require steeplejack

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257CDF0053... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc123-238 Page Page 2 of 2

methods and the rate of pay shall be a $1.00 per hour above the industrial rate.Steeplejack rate to apply to bridges where highest point of clearance is 60 feet.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257CDF0053... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc132 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Plasterer Local 132 (Cincinnati)

Change # : LCN01-2016fbLoc132

Craft : Plasterer Effective Date : 06/24/2016 Last Posted : 06/24/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Plasterer $23.61 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $36.45 $48.25

Apprentice Percent 1st 900 55.00 $12.99 $5.59 $0.00 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $19.68 $26.17 hours 2nd 900 60.00 $14.17 $5.59 $0.00 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $20.86 $27.94 hours 3rd 900 65.00 $15.35 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $28.19 $35.86 hours 4th 900 70.00 $16.53 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $29.37 $37.63 hours 5th 900 80.00 $18.89 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $31.73 $41.17 hours 6th 900 85.00 $20.07 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $32.91 $42.94 hours 7th 900 90.00 $21.25 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $34.09 $44.71 hours 8th 900 95.00 $22.43 $5.59 $6.15 $0.50 $0.00 $0.60 $0.00 $0.00 $0.00 $35.27 $46.48 hours

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, 4 Journeyman to 2 Apprentice HIGHLAND, WARREN 7 Journeyman to 3 Apprentice

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256F0300652... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc132 Page Page 2 of 2

Special Jurisdictional Note :

Details : Apprentice and Shop Hand Pension are $1.00 less than Journeyman.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256F0300652... 12/7/2016 PW Rate Skilled LCN01-2016-fbLoc392 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Plumber Pipefitter Local 392

Change # : LCN01-2016-fbLoc392

Craft : Plumber/Pipefitter Effective Date : 06/01/2016 Last Posted : 06/01/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Plumber $30.81 $6.65 $10.64 $0.50 $0.00 $0.00 $0.98 $0.00 $0.00 $49.58 $64.98 Pipefitter Plumber $20.03 $6.55 $5.52 $0.50 $0.00 $0.00 $0.02 $0.00 $0.00 $32.62 $42.64 Helper

Apprentice Percent 1st yr 41.00 $12.63 $6.45 $0.00 $0.50 $0.00 $0.00 $0.98 $0.00 $0.00 $20.56 $26.88 2nd yr 45.00 $13.86 $6.45 $0.00 $0.50 $0.00 $0.00 $0.98 $0.00 $0.00 $21.79 $28.73 3rd yr 49.00 $15.10 $6.45 $5.52 $0.50 $0.00 $0.00 $0.98 $0.00 $0.00 $28.55 $36.10 4th yr 56.00 $17.25 $6.45 $5.52 $0.50 $0.00 $0.00 $0.98 $0.00 $0.00 $30.70 $39.33 5th yr 70.00 $21.57 $6.45 $10.64 $0.50 $0.00 $0.00 $0.98 $0.00 $0.00 $40.14 $50.92

Special Calculation Note : OTHER IS: SUPPLEMENTAL UNEMPLOYMENT BENEFITS.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice BROWN, BUTLER, CLERMONT, HAMILTON, 2 Journeymen to 4 Apprentices WARREN 3 Journeymen to 6 Apprentices

When more than twenty (20) Journeymen are employed additional apprentices may be acquired at a ratio of one (1) apprentice to four (4) journeymen.

Special Jurisdictional Note :

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525705F00645... 12/7/2016 PW Rate Skilled LCN01-2016-fbLoc392 Page Page 2 of 2

Helpers shall be permitted to work on ONLY , Exterior Sewers, Concrete, Vitrified Clay or PVC Pipe and Digging and Backfilling for Piping Work. The ratio shall not exceed 2 helpers to 1 Journeymen when performing the scope of work listed above

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B8007069328525705F00645... 12/7/2016 PW Rate Skilled LCR01-2016fbLoc42 Page Page 1 of 1

Prevailing Wage Rate Skilled Crafts Name of Union: Roofer Local 42

Change # : LCR01-2016fbLoc42

Craft : Roofer Effective Date : 01/06/2016 Last Posted : 01/06/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Roofer $27.01 $7.87 $5.60 $0.15 $0.00 $0.00 $0.00 $0.00 $0.00 $40.63 $54.14 Tradesmen $18.91 $7.87 $3.92 $0.15 $0.00 $0.00 $0.00 $0.00 $0.00 $30.85 $40.31

Apprentice Percent 1st period 50.00 $13.51 $7.87 $2.80 $0.06 $0.00 $0.00 $0.00 $0.00 $0.00 $24.23 $30.99 2nd period 55.00 $14.86 $7.87 $3.08 $0.06 $0.00 $0.00 $0.00 $0.00 $0.00 $25.87 $33.29 3rd period 60.00 $16.21 $7.87 $3.36 $0.06 $0.00 $0.00 $0.00 $0.00 $0.00 $27.50 $35.60 4th period 65.00 $17.56 $7.87 $3.64 $0.06 $0.00 $0.00 $0.00 $0.00 $0.00 $29.13 $37.90 5th period 70.00 $18.91 $7.87 $3.92 $0.06 $0.00 $0.00 $0.00 $0.00 $0.00 $30.76 $40.21 6th period 75.00 $20.26 $7.87 $4.22 $0.06 $0.00 $0.00 $0.00 $0.00 $0.00 $32.41 $42.54

Special Calculation Note : Journeymen shall receive $1.00 per hour above journeyman rate for work with pitch material.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : Employer may employ 1 apprentice for every 2 ADAMS, BROWN, BUTLER, CLERMONT, journeymen in his employment. HAMILTON, HIGHLAND, WARREN

Special Jurisdictional Note :

Details : Any Tradesman Worker completing 2,000 hours in (2) years may move to Journeyman status by utilizing the Training Yard to improve their skills. Tradesman Workers will be tested at these yards to determine their competency for Journeyman status. Tradesman Workers must schedule and successfully complete the industry test battery in order to gain journeyman status.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285256F40006F... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc24(Cin) Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Sheet Metal Local 24 (Cincinnati)

Change # : LCN01-2016fbLoc24(Cin)

Craft : Sheet Metal Worker Effective Date : 06/16/2016 Last Posted : 06/16/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Sheet $27.63 $7.35 $11.30 $0.56 $0.00 $0.00 $0.70 $0.00 $0.00 $47.54 $61.36 Metal Worker

Apprentice Percent 1st 6 42.50 $11.74 $5.52 $3.75 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $21.92 $27.79 Month 2nd 6 45.00 $12.43 $5.52 $3.97 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $22.83 $29.05 Month. 3rd 6 47.50 $13.12 $5.52 $4.19 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $23.74 $30.31 Month. 4th 6 50.00 $13.82 $5.52 $4.42 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $24.67 $31.57 Month. 5th 6 52.50 $14.51 $7.35 $7.11 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $29.88 $37.13 Month. 6th 6 55.00 $15.20 $7.35 $7.33 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $30.79 $38.38 Month. 7th 6 60.00 $16.58 $7.35 $7.77 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $32.61 $40.90 Month. 8th 6 65.00 $17.96 $7.35 $8.21 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $34.43 $43.41 Month. 9th 6 70.00 $19.34 $7.35 $8.65 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $36.25 $45.92 Month. 10th 6 75.00 $20.72 $7.35 $9.09 $0.56 $0.00 $0.00 $0.35 $0.00 $0.00 $38.07 $48.43 Month. Special Calculation Note : OTHER IS: Supplemental unemployment benefits

Ratio : Jurisdiction ( * denotes special jurisdictional note ) :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257B6D0060... 12/7/2016 PW Rate Skilled LCN01-2016fbLoc24(Cin) Page Page 2 of 2

1 Journeymen to 1 Apprentice BROWN, CLERMONT, HAMILTON, 4 Journeymen to 2 Apprentices HIGHLAND 7 Journeymen to 3 Apprentices 10 Journeymen to 4 Apprentices Thereafter, 3 Journeymen to 1 Apprentice

Special Jurisdictional Note :

Details :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257B6D0060... 12/7/2016 PW Rate Skilled LCN03-2016fbLoc669 Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Sprinkler Fitter Local 669

Change # : LCN03-2016fbLoc669

Craft : Sprinkler Fitter Effective Date : 08/17/2016 Last Posted : 09/08/2016 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Sprinkler $35.08 $8.77 $6.05 $0.45 $0.00 $4.72 $0.00 $0.00 $0.00 $55.07 $72.61 Fitter Indentured prior to April 2010 45% $15.79 $7.45 $0.00 $0.45 $0.00 $0.69 $0.00 $0.00 $0.00 $24.38 $32.28 50% $17.54 $7.45 $0.00 $0.45 $0.00 $0.74 $0.00 $0.00 $0.00 $26.18 $34.95 55% $19.29 $8.77 $6.05 $0.45 $0.00 $0.53 $0.00 $0.00 $0.00 $35.09 $44.74 60% $21.05 $8.77 $6.05 $0.45 $0.00 $0.58 $0.00 $0.00 $0.00 $36.90 $47.42 65% $22.80 $8.77 $6.05 $0.45 $0.00 $1.13 $0.00 $0.00 $0.00 $39.20 $50.60 70% $24.56 $8.77 $6.05 $0.45 $0.00 $1.18 $0.00 $0.00 $0.00 $41.01 $53.29 75% $26.31 $8.77 $6.05 $0.45 $0.00 $1.23 $0.00 $0.00 $0.00 $42.81 $55.96 80% $28.06 $8.77 $6.05 $0.45 $0.00 $1.28 $0.00 $0.00 $0.00 $44.61 $58.64 85% $29.82 $8.77 $6.05 $0.45 $0.00 $1.32 $0.00 $0.00 $0.00 $46.41 $61.32 90% $31.57 $8.77 $6.05 $0.45 $0.00 $1.37 $0.00 $0.00 $0.00 $48.21 $64.00

Apprentice Percent Indentured on or after April 2010 ClLASS 1 45.00 $15.79 $7.45 $0.00 $0.45 $0.00 $0.00 $0.00 $0.00 $0.00 $23.69 $31.58 CLASS 2 50.00 $17.54 $7.45 $0.00 $0.45 $0.00 $0.00 $0.00 $0.00 $0.00 $25.44 $34.21 CLASS 3 55.00 $19.29 $8.77 $6.05 $0.45 $0.00 $0.25 $0.00 $0.00 $0.00 $34.81 $44.46 CLASS 4 60.00 $21.05 $8.77 $6.05 $0.45 $0.00 $0.25 $0.00 $0.00 $0.00 $36.57 $47.09 CLASS 5 65.00 $22.80 $8.77 $6.05 $0.45 $0.00 $0.50 $0.00 $0.00 $0.00 $38.57 $49.97 CLASS 6 70.00 $24.56 $8.77 $6.05 $0.45 $0.00 $0.50 $0.00 $0.00 $0.00 $40.33 $52.60 CLASS 7 75.00 $26.31 $8.77 $6.05 $0.45 $0.00 $0.50 $0.00 $0.00 $0.00 $42.08 $55.24 CLASS 8 80.00 $28.06 $8.77 $6.05 $0.45 $0.00 $0.50 $0.00 $0.00 $0.00 $43.83 $57.87 CLASS 9 85.00 $29.82 $8.77 $6.05 $0.45 $0.00 $0.50 $0.00 $0.00 $0.00 $45.59 $60.50 CLASS 10 90.00 $31.57 $8.77 $6.05 $0.45 $0.00 $0.50 $0.00 $0.00 $0.00 $47.34 $63.13

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573300068... 12/7/2016 PW Rate Skilled LCN03-2016fbLoc669 Page Page 2 of 2

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeyman to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note :

Details : Sprinkler Fitter work shall consist of the installation,dismantling,maintenance,repairs,adjustments,and corrections of all fire protection and fire control systems including the unloading,handling by hand,power equipment and installation of all piping or tubing,appurtenances and equipment pertaining thereto,including both overhead and underground water mains,fire hydrants and hydrant mains,standpipes and hose connections to sprinkler systems used in connection with sprinkler and alarm systems. Also all tanks and pumps connected thereto,also included shall be CO-2 and Cardox Systems, Dry Chemical Systems,Foam Systems and all other fire protection systems.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573300068... 12/7/2016 PW Rate Skilled LCON1-2015fbBldgHevHwy Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Truck Driver Bldg & HevHwy Class 1 Locals 20,40,92,92b,100,175,284,438,377,637,908,957

Change # : LCON1-2015fbBldgHevHwy

Craft : Truck Driver Effective Date : 05/01/2015 Last Posted : 03/31/2015 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Truck $25.28 $6.81 $6.70 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $38.99 $51.63 Driver CLASS 1 4 wheel service, dump, and batch trucks, Oil Distributor - Asphalt Distributor- Tandems

Apprentice Percent First 6 80.00 $20.22 $6.81 $6.70 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $33.93 $44.05 months 7-12 85.00 $21.49 $6.81 $6.70 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $35.20 $45.94 months 13-18 90.00 $22.75 $6.81 $0.00 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $29.76 $41.14 months 19-24 95.00 $24.02 $6.81 $0.00 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $31.03 $43.03 months 25-30 100.00 $25.28 $6.81 $0.00 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $32.29 $44.93 months

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio :

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E19004B... 12/7/2016 PW Rate Skilled LCON1-2015fbBldgHevHwy Page Page 2 of 2

Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, per company/project ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note :

Details : ** Asphalt - Oil spray bar man when operating from cab shall receive $0.20 cents per hour above their Basic Hourly Rate.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B80070693285257E19004B... 12/7/2016 PW Rate Skilled CN1-2015-fbBldgHevHwy Page Page 1 of 2

Prevailing Wage Rate Skilled Crafts Name of Union: Truck Driver Bldg & HevHwy Class 2 Locals 20,40,92,92b,100,175,284,438,377,637,908,957

Change # : CN1-2015-fbBldgHevHwy

Craft : Truck Driver Effective Date : 05/01/2015 Last Posted : 03/31/2015 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification Truck Driver $25.70 $6.81 $6.70 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $39.41 $52.26 CLASS 2 Tractor Trailer-Semi Tractor Trucks-Pole Trailers- Ready Mix Trucks-Fuel Trucks- Asphalt-Oil Spray bar men- 5 Axle & Over -Belly Dumps-End Dumps- Articulated Dump Trucks- Low boys- Heavy duty Equipment (irrespective of load carried) when used exclusively for transportation- Truck Mechanics (when needed)

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573140053... 12/7/2016 PW Rate Skilled CN1-2015-fbBldgHevHwy Page Page 2 of 2

Apprentice Percent First 6 months 80.00 $20.56 $6.81 $6.70 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $34.27 $44.55 7-12 months 85.00 $21.84 $6.81 $6.70 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $35.56 $46.48 13-18 months 90.00 $23.13 $6.81 $0.00 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $30.14 $41.71 19-24 months 95.00 $24.41 $6.81 $0.00 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $31.42 $43.63 25-30 months 100.00 $25.70 $6.81 $0.00 $0.20 $0.00 $0.00 $0.00 $0.00 $0.00 $32.71 $45.56

Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 3 Journeymen to 1 Apprentice ADAMS, ALLEN, ASHLAND, ASHTABULA, per company/project ATHENS, AUGLAIZE, BELMONT, BROWN, BUTLER, CARROLL, CHAMPAIGN, CLARK, CLERMONT, CLINTON, COLUMBIANA, COSHOCTON, CRAWFORD, DARKE, DEFIANCE, DELAWARE, ERIE, FAIRFIELD, FAYETTE, FRANKLIN, FULTON, GALLIA, GREENE, GUERNSEY, HAMILTON, HANCOCK, HARDIN, HARRISON, HENRY, HIGHLAND, HOCKING, HOLMES, HURON, JACKSON, JEFFERSON, KNOX, LAWRENCE, LICKING, LOGAN, LORAIN, LUCAS, MADISON, MAHONING, MARION, MEDINA, MEIGS, MERCER, MIAMI, MONROE, MONTGOMERY, MORGAN, MORROW, MUSKINGUM, NOBLE, OTTAWA, PAULDING, PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE, PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO, SENECA, SHELBY, STARK, SUMMIT, TRUMBULL, TUSCARAWAS, UNION, VAN WERT, VINTON, WARREN, WASHINGTON, WAYNE, WILLIAMS, WOOD, WYANDOT

Special Jurisdictional Note :

Details : ** Asphalt - Oil spray bar man when operating from cab shall receive $0.20 cents per hour above their Basic Hourly Rate.

http://198.234.41.198/w3/Webwh.nsf/$docUniqIDAll/852565B800706932852573140053... 12/7/2016

2. CONTRACT DOCUMENTS

The AIA Document A.I.A. A101-1997 Edition, "Standard Form Of Agreement Between Owner And Contractor For A Stipulated Sum” as published by the American Institute of Architects is hereby made part of these specifications, to the same extent as if bound herein.

AIA Cincinnati PO Box 889 Milford, OH 45150 Phone: 513.421.4661

The above AIA Document may be purchased at https://documentsondemand.aia.org/

AIA 101 Reference Document Before executing any subcontract, the successful Bidder shall submit the name of any proposed Subcontractor for Prior approval and an affidavit substantially in the form provided below.

NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR

STATE OF: ______) )SS COUNTY OF: ______)

______, being first duly sworn deposes and says that: (give name)

(1) He is Owner, Partner, Officer, Representative or Agent of ______(give company name) hereinafter referred to as the “Subcontractor”;

(2) He is fully informed respecting the preparation and contents of

Subcontractor’s proposal submitted by the Subcontractor to ______(give contractor name) the Contractor for certain work in connection with the proposed contract pertaining to the ______(give project name) project in ______(give city or county, state)

(3) Such Subcontractor’s proposal is genuine and is not a collusive or sham proposal;

(4) Neither the Subcontractor nor any of its Officers, Partners, Owners, Agents, Representatives, Employees of parties in interest, including this Affiant has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other bidder, firm or person, to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder form or person to fix price or prices in said Subcontractor’s proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor’s proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against Hamilton County or any person interested in the proposed contract; and

(5) The price or prices quoted in the Subcontractor’s proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant.

(Signed) ______

(Title) ______

SUBSCRIBED AND SWORN TO BEFORE ME THIS ______DAY OF ______, 20_____

(Signed) ______

(Title) ______

My Commission Expires ______CONCERNING EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS

1. ______certifies that it intends to use the following listed construction trades in the work under the contract:

______

______

______

______

______

______

2. ______certifies that it intends to comply with Section 153.59 and other applicable provisions of the Ohio Revised Code regarding equal employment consideration for contractors and subcontractors in the construction of government buildings. I will comply with the provisions of 153.59 O.R.C. by either (a) being a signator to the Greater

Cincinnati Plan; or (b) providing to the owner, the Board of County

Commissioners, my Equal Employment Opportunity Compliance Plan.

3. The Bidder will obtain from each of its subcontractors and submit to the Board of County Commissioners prior to the award of any subcontract under this contract the subcontractor's certification required by these Bid

Conditions.

______

Authorized Representative of Bidder Affidavit Of Compliance

PREVAILING WAGES

I, ______(Name of person signing affidavit) (Title) do hereby certify that the wages paid to all employees of

______(Company Name) for all hours worked on the

______(Project name and location) project, during the period from ______to ______are in (Project Dates) compliance with prevailing wage requirements of Chapter 4115 of the Ohio Revised Code. I further certify that no rebates or deductions have been or will be made, directly or indirectly, from any wages

paid in connection with this project, other than those provided by law.

______(Signature of Officer or Agent)

Sworn to and subscribed in my presence this ______day of ______,

20______.

______(Notary Public)

The above affidavit must be executed and sworn to by the officer or agent of the contractor or subcontractor who supervises the payment of employees. This affidavit must be submitted to the owner (public authority) before the surety is released or final payment due under the terms of the contract is made.

LAW1003 MONTHLY REPORT Employee Classification by Trade, Race Sex and Total Hours Work per Classification

FROM: PROJECT:

TO:

WHITE BLACK AMERICAN ASIAN OR OTHER RACE INDIAN ESKIMO PACIFIC OR ALEUT ISLANDER SUPERVISORS, BRICKMASONS, STONEMASONS, AND TILE SETTERS Male Female SUPERVISORS, CARPENTERS AND RELATED WORKERS Male Female SUPERVISORS, ELECTRICIANS AND POWER TRANSMISSION INSTALLERS Male Female SUPERVISORS, PAINTERS, PAPERHANGERS, AND PLASTERERS Male Female SUPERVISORS, PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Male Female SUPERVISORS, CONSTRUCTION N.E.C. Male Female BRICKMASONS AND STONE MASONS EXCEPT APPRECTICES Male Female BRICKMASON AND STONE MASONS APPRENTICES Male Female TILE SETTERS, HARD AND SOFT Male Female CARPET INSTALLERS Male Female CARPENTERS, EXCEPT APPRENTICES Male Female CARPENTER APPRENTICES Male Female DRYWALL INSTALLERS Male Female ELECTRICIANS, EXCEPT APPRENTICES Male Female ELECTRICIANS APPRENTICES Male Female MONTHLY REPORT Employee Classification by Trade, Race Sex and Total Hours Work per Classification

FROM: PROJECT:

TO:

WHITE BLACK AMERICAN ASIAN OR OTHER RACE INDIAN ESKIMO PACIFIC OR ALEUT ISLANDER ELECTRICAL POWER INSTALLERS AND REPAIRERS Male Female PAINTERS, CONSTRUCTION AND MAINTENANCE Male Female PAPER HANGERS Male Female PLASTERERS Male Female PLUMBERS, PIPEFITTERS, AND STEAMFITTERS, EXCEPT APPRENTICES Male Female PLUMBERS, PIPEFITTERS, AND STEAMFITTERS APPRENTICES Male Female CONCRETE AND TERRAZZO FINISHERS Male Female GLAZIERS Male Female INSULATION WORKERS Male Female PAVING, SURFACING, AND TAMPING EQUIPMENT OPERATORS Male Female ROOFERS Male Female SHEETMETAL DUCT INSTALLERS Male Female STRUCTURAL METAL WORKERS Male Female DRILLERS, EARTH Male Female CONSTRUCTION TRADES N.E.C. Male Female MONTHLY REPORT Employee Classification by Trade, Race Sex and Total Hours Work per Classification

FROM: PROJECT:

TO:

WHITE BLACK AMERICAN ASIAN OR OTHER RACE INDIAN ESKIMO PACIFIC OR ALEUT ISLANDER SUPERVISORS, BRICKMASONS, STONEMASONS, AND TILE SETTERS Male Female BOILERMAKERS Male Female SHEETMETAL WORKERS, EXCEPT APPRENTICES Male Female SHEETMETAL WORKERS APPRENTICES Male Female TRUCK DRIVERS Male Female TELECOMMUNICATIONS Male Female SIGN PAINTER Male Female

AIA Document A201-1997 Edition, "General Conditions of the Contract for Construction”, as published by the American Institute of Architects is hereby made part of these specifications, to the same extent as if bound herein.

AIA Cincinnati PO Box 889 Milford, OH 45150 Phone: 513.421.4661

The above AIA Document may be purchased at https://documentsondemand.aia.org/

AIA 101 Reference Document Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

SUPPLEMENTARY CONDITIONS

The following information supplements, modifies, deletes from or adds to indicated Articles of A.I.A. Document A201 General Conditions of the Contract for Construction. That part of any article, paragraph or subparagraph of A.I.A. A201 not affected by this information shall remain in effect. Where Supplementary Conditions and General conditions may conflict, Supplementary Conditions shall govern.

1. ARTICLE 1 - GENERAL PROVISIONS

A. Add the following sentence to paragraph 1.1.1:

"The Agreement between Owner and Contractor shall be executed on A.I.A Document A101 standard form of agreement between Owner and Contractor."

B. Add the following to paragraph 1.2.1:

"In case of inconsistency between Drawings and Project Manual or within either Document not clarified by addendum, better quality or greater quantity shall be provided in accordance with Engineer's interpretation."

C. Delete paragraph 1.5.1 in its entirety.

D. All references within the Supplementary Conditions to the term "Architect" shall be and are hereby replaced by the term "Engineer"

2. ARTICLE 2 - OWNER

A. Add the following sentence to paragraph 2.1.1:

"The Owner for this project is the Board of Hamilton County Commissioners. The Owner's Representative shall be as described in the Summary of Work or Bid Form.”

B. Delete paragraph 2.2.5 in its entirety and replace with the following:

The Contractor shall provide at his own expense, sufficient quantities of drawings and project manuals, necessary for execution of the work.

3. ARTICLE 3 - CONTRACTOR

A. Add paragraph 3.3.3.1:

“Portions of work already performed by Contractor’s own forces or Subcontractors that are not in proper condition to receive subsequent work shall be corrected immediately.”

B. Add paragraph 3.4.4:

June 2018 Supplementary Conditions-1 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

“Where the Specifications refer to specific products of one or more manufacturers, such products shall be furnished unless the reference is modified by accepted Alternates or approved substitutions. Such products shall conform to the manufacturer’s latest published specifications and details (unless otherwise specified); they shall be delivered, stored, installed, and protected in accordance with the manufacturer’s specifications and instructions.

C. Add the following paragraph:

“3.5.2 The Contractor warrants for a period of one (1) year from the date of the Certificate of Substantial Completion, all divisions of work included in the Specifications.

1. Where warranties are written in any of the technical sections for longer periods, such longer periods shall apply.

D. Modify paragraph 3.6.1 per the following:

Add the following sentence to the beginning of the paragraph "County is exempt from all sales tax"

Delete the word "Sales" in the first line. Add the following sentence to the end of the paragraph:

“In addition, pay all unemployment, social security, workman's compensation, and other such taxes imposed by local, state or federal governments."

E. Modify paragraph 3.11.1 per the following:

After the word “of” in the third line, delete the word “approved” and substitute the word “final”.

F. Modify paragraph 3.12.7 per the following:

In the last line, change the last five words to “received the final review by the Engineer”.

G. Modify paragraph 3.12.8 per the following:

Change word “approved” in the first line to “reviewed”. Change word “approval” in the third line to “review”.

H. Modify paragraph 3.12.9 per the following:

In the last line, change “approval” to “review”.

I. Modify paragraph 3.12.10 per the following:

June 2018 Supplementary Conditions-2 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

In the eighteenth line, delete the word “approve”.

J. Replace paragraph 3.18.1 with the following:

The bidder, if awarded a contract or order, agrees to protect, defend, and hold harmless the Board of County Commissioners against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or from a part of the work covered by either order or contract, and may enter into the manufacture, construction, or form a part of the work covered by either order or contract, and may enter into the manufacture, construction, or from a part of the work covered by either order or contract, and he/she further agrees to indemnify and hold harmless the Board of County Commissioners from suits or actions of every nature and description brought against it for or on account of any injuries or damages received or sustained by any party or parties by or from any acts of the contractor, his/her servants or agents. To this extent, the bidder or contractor agrees to furnish adequate Public Liability and Property Damage Insurance, the amount of which will be determined by the Board of County Commissioners wherever such insurance, in the opinion of the Board, is deemed necessary.

K. Delete paragraph 3.18.2.

4. ARTICLE 4 - ADMINISTRATION OF THE CONTRACT

A. Modify paragraph 4.2.6 per the following:

Delete first sentence and substitute the following: "Engineer will notify Owner of work which does not conform to Contract Documents and upon instruction by Owner, may reject such work on Owners behalf." Add to end of paragraph: "Engineers rejection of work shall not relieve Contractor of responsibility for maintaining protection of work and Owner's property."

B. Modify paragraph 4.2.7 per the following:

In the first line, delete “and approve”. In the fourteenth and fifteenth lines, change word “approval” to “review”.

C. Add the following new paragraph:

4.2.14 " Neither presence nor absence of Engineer or Owner’s Representative on project site, nor any failure by Engineer or Owner’s Representative to detect, point out, or object to any defect in work or any deviation therein from Contract Documents, nor acceptance by any such Representative of Engineer or Owner of any such deviation (except as such acceptance shall be ratified in writing by Owner and Engineer) shall relieve Contractor of responsibility for full performance of work in strict conformance with Contract Documents.”

D. Modify paragraph 4.4.1 per the following:

June 2018 Supplementary Conditions-3 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

In fourth line, delete the word “arbitration”.

E. Modify paragraph 4.4.5 as per the following:

In the last line, place a period after the word “mediation”, delete the words “and arbitration”.

F. Modify paragraph 4.4.6. per the following:

In the second line, delete the second, third, and eighth words. In the fourth line, change the word “arbitration” to “mediation”. Delete the last sentence.

G. Modify paragraph 4.4.8 per the following:

In the last line, insert the word “or” after the word “Engineer”. Place a period after the word mediation, and delete the last three words.

H. Modify paragraph 4.5.1. per the following:

In the fourth line, delete the words “arbitration or”.

I. Modify paragraph 4.5.2 per the following:

Delete the last sentence.

J. Delete paragraph 4.6 in its entirety.

5. ARTICLE 7 - CHANGES IN THE WORK

A. Modify subparagraph 7.3.6.3 per the following:

Insert the word "large" after "rental cost of". Add the following sentence: "Small equipment and fuel costs are considered part of overhead."

B. Delete subparagraph 7.3.6.5 and replace with the following:

7.3.6.5 "A reasonable allowance for overhead and profit shall not exceed fifteen percent for Contractors own work and ten percent on Sub-Contractors”.

6. ARTICLE 8 - TIME

A. Modify paragraph 8.3.1 per the following:

In fifth line, delete the words "and arbitration".

June 2018 Supplementary Conditions-4 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

7. ARTICLE 9 - PAYMENTS AND COMPLETION

A. Add the following sentences to paragraph 9.2.1:

"The Schedule of Values shall be submitted on A.I.A. Document G703."

“Separate line items shall be listed for each Section of the Specifications.”

Each line item shall list labor and material separately. Materials shall be defined only as those physical materials or items that are to become a permanent part of the completed work.”

B. Modify paragraph 9.3.1 per the following:

In the first sentence, delete "At least ten days before the date established for each progress payment," and replace with "By the tenth of each month,"

Add the following sentence to the end of the paragraph: "Four copies of the application for payment and the affidavit shall be provided".

C. Add the following sentence to the end of paragraph 9.3.2:

"Materials that are stored on site shall be paid at a rate of 92% of the manufacturer's invoice. Other stored materials will be at the discretion of owner.

D. Add the following new Paragraph:

9.3.4 "Retainage shall be 8% of labor until the project is 50% complete. At 50% completion, retained funds shall be placed in escrow."

E. Add the following new paragraph:

9.3.5 In addition, to the application for payment, the Contractor shall submit all payroll reports concerning prevailing wages, as required by Sections 4115.03 to 4115.16 of the Ohio Revised Code, as well as the monthly Employee Classification form. These reports and forms shall be submitted directly to the Hamilton County Facilities Department Prevailing Wage Coordinator.

F. Add the following sentence to paragraph 9.6.1:

"Owner will make payment approximately thirty days from receipt of pay request from Engineer."

G. Modify paragraph 9.7.1 per the following:

June 2018 Supplementary Conditions-5 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

In fourth line, delete the word "arbitration”, and replace with “mediation”.

H. Add the following to paragraph 9.8.5:

"Payment shall be sufficient to increase total payments to 96 percent of Contract Sum, less such amounts as Owner's Representative and Engineer shall determine for incomplete work and unsettled claims."

I. Add the following sentence to paragraph 9.10.2:

"To summarize, the following information must be submitted with the final application for payment":

1. A.I.A. Document G706, Contractors Affidavit of Payment of Debts and Claims. 2. A.I.A. Document G706A Contractors Affidavit of Release of Liens. 3. Separate Affidavits and Waiver of Liens from each Subcontractor and material supplier. 4. Consent of Surety to Final Payment, A.I.A. Document G707. 5. Affidavit of Contractor of Prevailing Wages for all Contractors or Subcontractors supplying labor to the project. 6. Notarized Statement of Warranties along with any specified warranty certificates.

8. ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY

A. Add new paragraph 10.2.8:

"The duty of the Architect, Engineer and Owner to conduct construction review of the Contractor’s performance is not intended to include review of the adequacy of the Contractor's safety measures in, on, or near the construction site."

B. Delete paragraph 10.3.3 in its entirety.

C. Delete paragraph 10.5 in its entirety.

9. ARTICLE 11 - INSURANCE & BONDS

A. Modify paragraph 11.1.1 per the following: In the second line between the words “located and such”, insert “ and rated by the A.M. Best Company as A:VIII or better”

B. Modify paragraph 11.1.1.7 by striking the word “and” at the end.

C. Add the following paragraph following 11.1.1.8:

June 2018 Supplementary Conditions-6 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

“11.1.1.9 as required under the Work outlined in the Contract, claims and remedial actions for damages because of bodily injury, sickness, disease, or death, or because of injury to or destruction of tangible property, including loss of use caused therefrom resulting from contractual environmental cleanup or contractual environmental remediation of the work site.”

D. Add the following paragraph following 11.1.1.9: “11.1.1.10 as required under the Work outlined in the Contract, claims for damages because of bodily injury, death of a person, or property damage arising our ownership, maintenance or use of a fixed wing or rotary winged aircraft.

E. Modify paragraph 11.1.1.9 by inserting the word “and” at the end.

F. Modify paragraph 11.1.2 per the following: In third line, delete “or claims made basis”.

G. Add the following paragraph 11.1.2.1: “11.1.2.1 Liability Insurance - Limits of Liability insurance and coverage shall be not less than the following: 1. Commercial General Liability Insurance. a. Limits – Bodily Injury: $3,000,000 Each Occurrence $3,000,000 Aggregate

Broad Form Property Damage: $3,000,000 Each Occurrence $3,000,000 Aggregate

Personal Injury With Employment Exclusion Deleted $3,000,000 Each Occurrence $3,000,000 Aggregate

b. Coverage -

Completed Operation and Product Liability shall be maintained for two years after final payment has been made. The Contractor agrees as a condition for final payment, a signed and submitted guarantee indicating completed operations and product liability coverage is effect shall be provided to the Owner.

The Contractor prior to conducting blasting, demolition, excavation, pile driving, drilling, shoring, or similar types of operations shall include “Explosion, Collapse, or Underground Damage (X, C, & U) coverage in their Commercial General Liability policy.

June 2018 Supplementary Conditions-7 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

The Contractor’s Commercial General Liability policy shall conform or be equivalent to Insurance Services Office (ISO) Occurrence Form CG 00 01 10 93 and contain: Blanket contractual liability; severability of interests; broad form property damage; joint venture as named insured (if applicable), and; specific waiver of subrogation.

2. Business Automobile Liability Insurance. a. Limits – $1,000,000 Combined single loss

b. Coverage – The Contractor’s Business Automobile Liability Policy shall include coverage for Owned, Non-owned and Hired vehicles.

The fellow employee exclusion shall be deleted.

3. Umbrella and Excess Liability Insurance a. Limits – $2,000,000 Per Occurrence $2,000,000 Aggregate

b. Coverage – The Contractor’s Umbrella and Excess liability insurance shall provide coverage above the commercial general, and business auto primary policies, and shall be at least as broad as each and every area of the underlying policies.

The Contractor’s Umbrella and Excess insurance shall contain the following coverage: pay on behalf of wording; concurrency of effective dates with primary; blanket contractual liability; punitive damages coverage (where not prohibited by law); aggregates: apply where applicable in primary; care, custody and control – follow form primary; and drop down feature.

4. Workers’ Compensation and Employer’s Liability (Ohio Stop Gap)

a. Limits – Workers’ Compensation - Statutory limits required by Ohio Revised Code Employer’s Liability - $1,000,000 bodily injury for each accident; $1,000,000 bodily injury by disease for each employee; and $1,000,000 bodily injury disease aggregate for individuals

b. Coverage – The Contractor shall provide a current Workers’ Compensation Insurance Policy certificate prior to beginning work. 5. Other Liability Insurance a. Limits –

June 2018 Supplementary Conditions-8 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

Aviation Liability - $50,000,000 per occurrence and in the aggregate. U. S. Longshoreman & Harbormasters Act / Jones Act – Statutory limits required by Federal Regulations

b. Coverage – Where required by “Work” under this Contract, the Contractor’s Aviation Liability Policy shall include coverage for use, maintenance and operation of owned, leased and borrowed aircraft. Where required by “Work” under this Contract, the Contractor’s Longshoreman and Jones Act insurance shall include coverage for work performed at, in or on worksites defined under the specific act.

6. Additional Insurance Requirements a. The Contractor agrees with the following provisions:

b. Board of Commissioners of Hamilton County, Ohio and its employees, officials, agents and volunteers will be endorsed as additional insured’s on the commercial general, business auto, umbrella / excess, employer liability and aviation liability policies.

c. Any liability insurance self-insured retentions shall be declared to Hamilton County. A financial guarantee satisfactory to Hamilton County guaranteeing payment of losses and related investigations claims administration and defense expenses for any self-insured retention shall be provided by the Contractor.

d. If the Contractor provides insurance coverage under a “claims-made” basis, the Contractor shall provide evidence of either of the following for each type of insurance which is provided on a claims-made basis: unlimited extended reporting period coverage which allows for an unlimited period of time to report claims from incidents that occurred after the policy’s retroactive date and before the end of the policy period (tail coverage), or; continuous coverage from the original retroactive date of coverage. The original retroactive date of coverage means original effective date of the first claims- made policy issued for a similar coverage while the Contractor was under contract with the Board of Commissioners of Hamilton County, Ohio.

e. The Contractor will require all insurance policies in any way related to the work and secured and maintained by the Contractor to include endorsements stating each underwriter will waive all rights of recovery, under subrogation or otherwise, against Board of Commissioners of Hamilton County, Ohio. The Contractor will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section.

f. The Contractor and the Board of Commissioners of Hamilton County, Ohio agree to fully cooperate, participate, and comply with all reasonable requirements and recommendations of the insurers and insurance brokers issuing or arranging for issuance of the policies required here, in all areas of

June 2018 Supplementary Conditions-9 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

safety, insurance program administration, claim reporting and investigating, and audit procedures.

g. The Contractor’s insurance coverage shall be primary insurance with respect to Board of Commissioners of Hamilton County, Ohio, and its employees, officials, agents and volunteers. Any insurance maintained by Board of Commissioners of Hamilton County, Ohio shall be excess of the Contractor’s insurance and shall not contribute to it.

h. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be cancelled or materially changed except after thirty (30) days’ prior written notice given to: Risk Manager, Hamilton County, Room 507, 138 East Court Street, Cincinnati, OH 45202.

i. The Contractor shall furnish the Hamilton County Risk Manager with original certificates and amendatory endorsements effecting coverage required by this clause. All certificates and endorsements are to be received by Hamilton County before contract commences. Hamilton County reserves the right at any time to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications.

j. Maintenance of the proper insurance for the duration of the contract is a material element of the contract. Material changes in the required coverage or cancellation of the coverage shall constitute a material breach of the contract.

k. If any or all of the work or services contemplated by this contract is sublet, the Contractor will ensure the subcontractor(s) comply with all insurance requirements contained therein.”

H. Delete paragraph 11.2.1 in its entirety.

I. Delete the last part of the second sentence in paragraph 11.3.1 so it reads: “Unless otherwise required by the Contract Documents, the Owner shall reimburse the Contractor by increasing the Contract Sum to pay the cost of purchasing and maintaining such optional insurance coverage.”

J. Modify the last sentence in paragraph 11.3.1 to read: “The minimum limits of liability purchased with such coverage shall be equal to the limits required for Contractor’s Liability Insurance under Clauses 11.1.2.1 through 11.1.2.6.

K. Delete paragraph 11.4.2 in its entirety.

L. Delete the last sentence of paragraph 11.4.3.

M. Delete paragraph 11.4.5 in its entirety.

N. Delete paragraph 11.4.6 in its entirety.

June 2018 Supplementary Conditions-10 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

O. Delete paragraph 11.4.7 in its entirety.

P. Delete paragraph 11.4.9 in its entirety.

Q. Modify paragraph 11.4.10 per the following: 1. In the fourth line, delete “and 4.6”. 2. Delete the last two sentences in their entirety.

R. Add the following paragraphs:

“11.6 ADDITIONAL INSURANCE REQUIREMENTS

11.6.1 Each contractor shall require Subcontractors to provide Liability Insurance in amounts listed under this clause and to submit certificates Indicating this coverage for record purposes. Subcontractors not providing this coverage will not be permitted to work on this project.

11.6.2 Each Contractor and Subcontractor shall be responsible for theft and loss of their own tools and equipment. Owner and Architect have no responsibility for damage, loss, or theft including loss of use. If Contractor carries insurance on such property, Contractor waives rights of subrogation against Owner and Architect and such evidence shall be provided.

11.6.3 Insurance shall be carried by company authorized to transact business in the State of Ohio.

11.6.4 Provisions of A.I.A. General Conditions A201, Article 11 and contents herein shall in no way relieve Contractor of Liability for any loss for which it would otherwise be liable."

S. Add the following paragraphs:

“11.7 ADEQUACY OF LIMITS

11.7.1 Owner and Architect are not responsible for adequacy of limits and specifications of coverage as complete and absolute protection for Contractor.

11.7.2 Contractor and Subcontractors are not relieved of liability by complying with these specifications.

11.7.3 Owner and Architect do not assume any liability or obligation arising out of advising or requiring of or failure to advise or require, or failure to maintain any form of insurance, suretyship, or bond, either with respect to insured or others.”

10. ARTICLE 13 - MISCELLANEOUS PROVISIONS

June 2018 Supplementary Conditions-11 Hamilton County 1916 Central Parkway Garage ITB No.:041-18 Concrete and Waterproofing Repairs THP No.: 18265.00

A. Delete paragraph 13.6.1 in its entirety.

11. ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT

A. Modify subparagraph 14.2.1.2 per the following:

Insert the word "prompt" immediately preceding the word "payment".

June 2018 Supplementary Conditions-12

3. SPECIFICATIONS 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 011000

SUMMARY OF WORK

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Summary of Base Bid Work Efforts:

1. Concrete Repairs.

2. Vehicular Traffic Membrane Installation.

3. Sealant Repairs.

4. Pavement Markings.

5. Shoring and Barriers.

B. Summary of Alternate Bid Work Efforts:

1. Installation of High Performance Coating

1.2 CONTRACTS

A. A Proposal for all the work will be received from the Contractor.

B. The Work will be performed under one Contractor.

1.3 CONTRACTOR'S DUTIES

A. Assume all Contractor responsibilities and provide for the Work required by the Contract Documents.

B. Give required notices where and when requested.

C. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on the performance of the Work.

D. Pay all legally required taxes. Refer to Bidding Requirements, General Conditions for information relative to sales tax for which the Owner is exempt.

E. Apply, secure and pay for all required local permits, fees, licenses and approvals per the General Conditions of the Contract.

1.4 NOTES TO CONTRACTOR

A. The division of the body of the Specifications into various Parts has been

Summary of Work 011000 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

arranged for clarity in the delineation of the various parts of the whole Work. It is not the intent of such division to develop any secondary responsibilities for the satisfactory completion of the Work and all of its parts as required of the Con- tractor by the Contract Documents, nor is the assignment of any parts of the Work to any trade or craft to be inferred from the Contract Documents.

B. Division 01 Specifications typically address items in a general nature and the Contractor must take notice that more specific requirements may be included in the Technical Sections.

1.5 PROJECT COORDINATION

A. The Contractor has full responsibility and authority regarding the scheduling and coordination of the Work within the Contract time and within the requirements of Article 1.7.

B. The Contractor also has full responsibility for the completeness and quality of the Work as outlined in the Contract Documents, and must staff the project with qualified, competent personnel to the extent required for the Work.

C. The Contractor’s Project Manager and Lead Project Superintendent are subject to the review and approval of the Owner. Upon request at any portion of the project (i.e. pre-award, post-award and prior to project start, or during the project), the Contractor shall produce a detailed resume, with references, documenting the experience of the Project Manager and Lead Project Superintendent for the Owner’s review and approval.

D. All subcontractors shall abide by the Project Schedule and coordination requests made by the Contractor.

E. If a subcontractor is substantially responsible for specific components of the Work (i.e. concrete repairs or new concrete placements, waterproofing efforts, electrical work, painting, etc.), the Contractor must have a regular, periodic site presence during those efforts, not less than two separate days per week, nor less than 20 percent of the total work week time, to provide a level of coordination and quality control consistent with that expected of a wholly self-performing Contractor labor force.

F. Unless otherwise directed or allowed, the Owner (or the Owner's representative) communicates directly with the Contractor. All dealings and decisions regarding execution of the Work shall be from the Owner, (or Owner's representative,) to the Contractor; and the reverse flow.

G. The Contractor communicates directly with the subcontractors, vendors and suppliers. At the Engineer’s option, direct communications between the Engineer and subcontractor may occur, for clarification of material delivery, installation procedures, technical support, logistics and other matters. Contractor will be kept advised of any such Engineer/subcontractor communications.

H. The subcontractor shall coordinate with the Contractor who has the overall

Summary of Work 011000 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

responsibility for the Work.

I. Where Work of any one Section of the Specifications affects the Work of other Sections, successive Work shall not be installed until conditions have been inspected by the Contractor and are satisfactory for successive Work. Installation of successive Work shall serve as the Contractor’s acceptance and confidence with the conditions being covered by subsequent work. The performance of successive Work shall be the responsibility of the Contractor to coordinate.

J. Contractor is required to be on site to conduct regular, bi-weekly job progress meetings with the Owner. Contractor shall include Engineer for said progress meetings and shall distribute written meeting minutes as directed by Owner.

K. The Owner reserves the right to hold additional job progress and coordination meetings on an as-needed basis as determined by the Owner. The Contractor shall be given 48 hours notice (when possible) to said meeting.

L. A preconstruction project meeting shall be held by the Owner prior to the start of work.

1.6 APPLICABLE CODES

A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

1.7 PROJECT SCHEDULE AND SEQUENCING

A. The Contractor shall submit to the Owner a complete itemized time schedule and detail program for construction, purchasing of critical materials, and for submission of shop drawings and samples. This schedule is required within seven calendar days after Notice of Award. The schedule shall indicate the duration of time required for the performance of all work. All construction activities and each phase of work must be clearly indicated on the schedule. The schedule must be signed by an official of the firm. It must be realistic as its faithful execution will be considered a commitment, not an estimate.

B. Normal working hours are 7:00 AM to 3:30 PM, Monday through Friday. Work is also permitted and encouraged for some efforts after closure of adjacent buildings and businesses, from 10:30 PM to 8:00 AM, Sunday/Monday through Thursday/Friday. The Contractor is responsible to ensure the local noise ordinances will accommodate off-hour work.

C. Work requested by the Contractor to be performed outside of normal working hours must be approved and coordinated through the Owner. Provide the Owner

Summary of Work 011000 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

a minimum of 4 working days notice prior to the requested time to perform work outside normal working hours. Such request shall include type of work to be performed and expected duration.

D. Odor or fume producing work performed in the vicinity of fresh air intakes (or similar occupied building access points) must be performed at night after the shutdown of fresh air intakes. At the Contractor’s option, and if approved in advance by the Owner, work may begin prior to air intake shutdown. If work is elected to begin prior to intake shutdown, the Contractor shall at their expense, employ measures to draw fresh air from areas beyond the work activities that produce odors/fumes. All methods or procedures must be approved by, and meet the satisfaction of the Owner.

E. Work performed outside of normal business/working hours shall be performed at no additional cost to the Owner. Additional cost incurred for testing and inspection, including services of the Engineer or Owner's representative shall be solely borne in full by the Contractor.

F. Work Phasing:

1. Refer to Drawings for phasing information for the garage.

G. Site Restrictions

1. When work is performed which may create a hazard to persons or property above, below or in the proximity of the work, those areas shall be blocked or otherwise protected to eliminate the hazard.

2. All work at entry/exits is to be performed in such a manner to allow traffic flow in and out without significantly constricting the accessibility.

H. Change order work that is to be performed on a time and materials basis shall be billed as if performed during normal work hours. In the event that work is required to be performed outside normal work hours due to schedule or site restrictions, the Contractor shall be compensated at their standard overtime rate.

I. Should the Contractor fall behind the approved or adjusted schedule in the performance of his Work and, in the judgment of the Owner, it appears that the Contractor cannot complete his Work within the time established by the Contract, then the Contractor shall work overtime, additional shifts or adopt such other procedures with the Owner's approval, as may be necessary to restore adherence to the schedule while maintaining the required level of quality control, testing and inspection. The full cost of such work or procedures shall be borne by the Contractor, including the cost of additional services of the Owner or Owner's representative.

J. Work rejected by the Owner as not meeting the intent or requirements of the Contract Documents shall be replaced by the Contractor and shall not result in additional costs to the Owner. Rejected work will not be cause for an extension to the Contract Time.

Summary of Work 011000 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

K. The Contractor is responsible for securing work area for performance of the Work.

L. Project Schedule and Sequence:

1. The Contractor shall deliver submittals to the Engineer at least 7 days prior to mobilizing.

2. The Contractor shall mobilize and begin work not later than one week from receiving a formal Notice to Proceed or executed Contract. Work shall follow the sequence and phasing as outlined in Contract Documents or Pre- Construction Meeting.

3. The anticipated Substantial Completion Date for all Work, including Change Order and/or Add Alternate work is 12 weeks from date of mobilization.

4. Final completion of all Work shall be 28 days beyond specified Substantial Completion date. Refer to paragraph 1.9.3 for additional information.

M. Within 7 days after Notice of Award, submit a detailed plan for the project schedule implementation following the outline sequence shown above.

1.8 PROJECT CONDITIONS

A. No equipment exceeding 4000 lbs. per axle, including transportation and removal equipment shall be allowed on a supported structural level.

1.9 LIQUIDATED DAMAGES

A. All required work shall be completed within the specified time period. If the Work is not completed for any reason, Liquidated Damages may be charged to the Contractor per the following schedule:

1. Lump sum of $300.00 per day until substantial completion is reached.

2. For lost parking spaces in excess of 10 total, an additional sum of $100 per lost parking space per day until substantial completion is reached.

3. At Final Completion, all punch list issues shall be fully addressed to the satisfaction of the Owner, and all required project close-out documents, including final pay requests and all warranties, as–built drawings and maintenance manuals, shall be submitted to the Owner. Liquidated Damages equal to the Engineer’s costs to administer the project beyond the Final Completion date will be assessed via a reduction in the retainage payment to the Contractor.

1.10 SAFETY

A. The Contractor is responsible for all safety issues regarding performance of the Work.

Summary of Work 011000 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. The Contractor must submit to the Owner a copy of the contractor's safety program prior to the start of work.

C. The Contractor shall have weekly Tool Box Safety Meetings which must be attended by all Contractor and subcontractor personnel on-site.

D. Fire extinguishers shall be provided at all contractor furnished gasoline operated equipment, contractor storage area, at membrane application areas and membrane mixing areas, and at each area of other work efforts with flammable components. Extinguishers to be 10 lb. A, B, C Class.

PART 2 PRODUCTS - NOT USED.

PART 3 EXECUTIONS - NOT USED.

END OF SECTION

Summary of Work 011000 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 012100 ALLOWANCES

GENERAL

1.1 SECTION INCLUDES

A. Base Bid Quantity Allowances.

B. Cash Allowance.

1.2 RELATED SECTIONS

A. Section 012900 - Payment Procedures

B. Section 030100 - Concrete Repairs

1.3 QUANTITY ALLOWANCE

A. General:

1. Allowances include all labor, material, tools, equipment, supervision transportation, handling, storage, overhead and profit, and all other costs associated with performance of work.

2. Additions to a quantity allowance as listed in this Section will be paid by the Owner at the unit price established in Section 012900 – Payment Procedures.

3. Deletions from a quantity allowance as listed in this Section will be credited to the Owner at the unit price established in Section 012900 – Payment Procedures.

B. Base Bid Quantity Allowance Items:

1. Partial depth concrete slab repair ...... 300 square feet

2. Full depth concrete slab repair ...... 400 square feet

3. Concrete joist bottom repair ...... 100 linear feet

4. Concrete joist full depth repair ...... 25 linear feet

5. Concrete beam corner repair ...... 100 linear feet

6. Overhead concrete repair ...... 100 square feet

7. Cove sealant repair ...... 300 linear feet

8. Isolation joint repair ...... 200 linear feet

Allowances 012100 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

9. Crack rout and seal repair ...... 300 linear feet

C. The Contractor shall include the total cost for all Base Bid Quantity Allowance items listed above in the Base Bid Lump Sum Total as reflected on the Bid Form – Section 004100.

D. The Contractor shall include the total cost for all Alternate Bid Quantity Allowance items listed above in the appropriate Alternate Bid Lump Sum Total as reflected on the Bid Form – Section 004100.

1.4 CASH ALLOWANCE

A. A cash allowance of $5,000 shall be included in the Base Bid to address work items identified by the Owner during the Project.

B. Bulletins, or request for pricing, will be issued by the Engineer for work efforts not defined during the bidding process. The Contractor shall provide a cost for work efforts defined in the Bulletin. The Owner will review proposed price for the scope of work and provide direction. The final negotiated price will be deducted from the Cash Allowance.

PRODUCTS - NOT USED.

EXECUTIONS - NOT USED.

END OF SECTION

Allowances 012100 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 012300 ALTERNATES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Add Alternate Bid Summary.

1.2 RELATED SECTIONS

A. Section 011000 - Summary of Work.

B. Section 012900 - Payment Procedures.

C. Section 015600 – Barriers.

D. Section 030100 - Concrete Repairs.

E. Section 099100 – Painting.

1.3 ALTERNATES

A. General:

1. Cost for Alternates shall be complete, including all labor materials, tools, equipment, supervision, transportation, handling storage, overhead and profit and performance and material bonds.

2. The Owner may choose any or all Alternates in any order unless otherwise indicated.

3. The Owner reserves the right to reject any or all Alternates.

4. Failure to provide a cost for each requested Alternate on the Bid Form may be cause for rejection of bid by the Owner.

5. Alternates that are submitted by the Contractor at zero cost change must be indicated on the Bid Form by writing "No change in cost".

B. Provide a cost in the spaces provided on the Bid Form for the following Alternates. Refer to Drawings for additional information.

Alternate No. 1: Prepare walls, beams and column surfaces as described on the Drawings and install high performance coating system.

Alternate No. 2: Shore the concrete slab, chip and remove existing corroded steel bearing plate, drill and epoxy set dowels, patch concrete haunch, and provide new Teflon coated masticord bearing pads.

Alternates 012300 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

PART 2 PRODUCTS - NOT USED.

PART 3 EXECUTIONS - NOT USED.

END OF SECTION

Alternates 012300 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Change of Work Procedures.

1.2 CONTRACT MODIFICATIONS

A. Minor Changes in the Work:

1. Interpretation of Contract Documents or minor changes in the Work not involving changes in Contract Price or Time shall be issued by the Owner in writing and shall be executed promptly by the Contractor.

B. Contract Modifications:

1. Changes to the Contract that affect the cost/time shall be processed as follows:

a. Contractor shall submit a written proposal, with a complete itemized breakdown, showing quantities and unit costs of the major items of materials, labor hours, labor costs per hour, overhead and profit, and time modifications to the Owner for review and acceptance.

b. The Owner will review the proposal and respond with one of the following:

• Reject the proposal in writing.

• Issue a Construction Change Directive.

• Issue a Change Order.

C. Change Orders

1. Cost for change orders shall be calculated as the sum of hourly wages, materials, overhead and profit.

2. The percentage to be used for General Contractor overhead and profit shall be 15 percent for self-performed labor, 10 percent for subcontractors and 10 percent for materials and equipment.

3. The percentages to be used for Sub-Contractor overhead and profit shall not exceed 10 percent for labor and 10 percent for materials and equipment.

Contract Modification Procedures 012600 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

PART 2 PRODUCTS - NOT USED.

PART 3 EXECUTIONS - NOT USED.

END OF SECTION

Contract Modification Procedures 012600 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 012900

PAYMENT PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Unit Prices.

B. Measurement Procedures for Allowances.

1.2 RELATED SECTIONS

A. Section 012100 – Allowances

B. Section 030100 - Concrete Repairs

1.3 UNIT PRICES

A. General:

1. Unit prices shall apply for both additions to and deletions from the Work.

2. Unit prices shall be complete including all labor, materials, tools, equipment, supervision, transportation, handling, storage, overhead and profit, and all other costs associated with the work.

3. No monetary variance of unit prices for additive and deductive quantities will be accepted and will be cause for rejection of Bid.

4. The Owner reserves the right to accept or reject any or all unit prices.

5. All unit price items on the Bid Form must be completed. If unit price is zero, then it must be indicated as such in the space provided.

6. Failure to provide unit prices as required on the Form of Proposal may be cause for rejection of Bid.

1.4 MEASUREMENTS

A. Prior to the start of work in each work area or phase, the Contractor and the Owner will inspect the area and document locations and quantities of all allowance items. The Contractor shall notify the Owner at least 3 days in advance of required inspection. Refer to Section 012100.

B. Quantity allowance items will be recorded and the date of the inspection and the persons performing the inspections will be recorded on each item sheet.

C. The Owner’s representative will measure and count the allowance items. The

Payment Procedures 012900 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

Contractor will record the results.

D. At the completion of each item inspection, both the Owner and Contractor will sign the record sheets.

E. The Owner will copy the sheets and provide a copy of all sheets to the Contractor within 3 working days from the date of inspection.

F. These inspection sheets will be the only basis for determining final quantities of all quantity allowance items.

G. Measurements will be recorded to the nearest inch.

1.5 PAYMENTS

A. For each application of payment submitted by the Contractor, a summation of all quantity allowance items shall be sent for verification.

B. Differences in sum totals between the Owner and Contractor will be resolved by comparing quantity sheets to determine exact final quantities. Quantities NOT measured AND confirmed per Article 1.4 shall not be approved for payment.

C. The difference between an actual quantity and a specified quantity will be multiplied by the unit cost for that item to establish a dollar value. The dollar value for quantities above the allowance quantity will be added to the contract amount. The dollar value for quantities below the allowance quantity will be subtracted from the contract amount.

D. Adjustments to the contract amount will be made by approved change order.

PART 2 PRODUCTS - NOT USED.

PART 3 EXECUTIONS - NOT USED.

END OF SECTION

Payment Procedures 012900 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 013300 SUBMITTALS PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Procedural requirements for non-administrative submittals, including shop drawings, product data, samples and other miscellaneous work-related submittals. Shop drawings, product data, samples and other work-related submittals are required to amplify, expand and coordinate the information contained in the Contract Documents.

B. Shop drawings are technical drawings and data that have been specifically prepared for this project, including but not limited to:

1. Fabrication and installation drawings.

2. Setting diagrams.

3. Shop work manufacturing instructions.

4. Coordination drawings (for use on-site).

5. Schedules.

6. Concrete Mix Designs.

C. Standard information prepared without specific reference to a project is not considered to be shop drawings.

D. Product data includes standard printed information on manufactured products that has not been specifically prepared for this project, including but not limited to the following items:

1. Manufacturer's product specifications and installation instructions.

2. Standard color charts.

3. Catalog cuts.

4. Printed performance curves, independent technical analysis of performance, or similar.

5. Operational range diagrams.

6. Standard product operating and maintenance manuals.

7. Mill reports.

Submittal Procedures 013300 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

8. Material safety data sheets on all material provided or used in execution of the Work.

E. Samples are physical examples of work, including, but not limited to the following items:

1. Partial sections of manufactured or fabricated work.

2. Small cuts or containers of materials.

3. Complete units of repetitively-used materials.

4. Swatches showing color, texture and pattern.

5. Color range sets.

6. Units of work to be used for independent inspection and testing.

1.2 SUBMITTAL PROCEDURES

A. General:

1. Promptly after the Contract has been signed, the Contractor shall submit complete and detailed shop drawings to the Owner or its representative for the work of the various trades, and the Owner or its representative shall approve or reject them with reasonable promptness.

2. The Contractor prior to submitting the shop drawings shall review all shop drawings, check all conditions, check and verify all field measurements, and mark all corrections, sign and date each set.

3. No shop drawings will be reviewed without the signature of Contractor, which will signify that he has checked drawings.

4. No faxed copies to the Engineer for approval will be accepted.

B. Coordination of Submittal Times:

1. Prepare and transmit each submittal sufficiently in advance of the scheduled performance of related work and other applicable activities.

2. Transmit different kinds of submittals for the same unit of work so that processing will not be delayed by the need to review submittals concurrently for coordination.

3. The Owner will endeavor to complete his review of submittals within 7 days of receipt. Submittals shall be returned noted: “No exceptions noted”, or “Exceptions noted”, or “Exceptions noted: revise and resubmit”. Fabrication of material before the receipt of shop drawings for that material noted “No exceptions noted” shall be at the Contractor’s risk.

Submittal Procedures 013300 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

C. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the work.

D. Submittal Preparation:

1. Mark each submittal with a permanent label for identification. Provide the following information on the label for proper processing and recording of action taken.

a. Project name.

b. Date.

c. Name and address of Owner.

d. Name and address of Contractor.

e. Name and address of subcontractor.

f. Name and address of supplier.

g. Name of manufacturer.

h. Number and title of appropriate Specification Section.

i. Drawing number and detail references, as appropriate.

j. Similar definitive information as necessary.

2. Provide a space on the label for the Contractor's review and approval markings, and a space for the Owner's "Action" marking.

1.3 SPECIFIC SUBMITTAL REQUIREMENTS

A. General:

1. Specific submittal requirements for individual units of Work are specified in the applicable Specification Section.

2. Except as otherwise indicated in the individual Specification Sections, comply with the requirements specified herein for each type of submittal.

B. Shop Drawings:

1. Information required on shop drawings shall include dimensions, identification of specific products and materials which are included in the Work, information showing compliance with specified standards, and notations of coordination requirements with other work.

2. Provide special notation of dimensions that have been established by field measurement.

Submittal Procedures 013300 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3. Highlight, encircle or otherwise indicate deviations from the Contract Documents on the shop drawings.

4. Coordination Drawings:

a. Provide coordination drawings where required for the integration of the Work, including Work first shown in detail on shop drawings or product data.

b. Show sequencing and relationship of separate units of Work which must interface in a restricted manner to fit in the space provided or function as indicated.

c. Coordination drawings are considered shop drawings and must be definitive in nature.

5. Do not permit shop drawings copies without an appropriate final "Action" marking to be used in connection with the Work.

6. Do not reproduce Contract Documents or copy standard printed information as the basis of shop drawings.

7. Initial Submittal:

a. Provide four (4) prints and Electronic versions of each submittal; two prints will be returned. One of the returned prints shall be maintained by the Contractor and marked-up as a "Record Document."

8. Final Submittal:

a. Provide four (4) prints of each revised submittal as directed by the Engineer based on Initial Submittal review. Two prints will be returned. One of the returned prints shall be maintained by the Contractor and marked-up as a "Record Document."

C. Product Data:

1. General information required specifically as product data includes manufacturer's standard printed recommendations for application and use, compliance with recognized standards of trade associations and testing agencies, and the application of their labels and seals (if any), special notation of dimensions which have been verified by way of field measurement, special coordination requirements for interfacing the material, product or system with other work, and material safety data sheets.

2. Preparation:

a. Collect four sets of the required product data into a single submittal for each unit of Work or system.

b. Mark each copy to show which choices and options are applicable to the

Submittal Procedures 013300 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

project.

c. Where product data has been printed to include information on several similar products, some of which are not required for use on the Project or are not included in this submittal, mark the copies to show clearly that such information is not applicable.

3. Submittals:

a. Product data submittal is required for information and record and to determine that the products, materials and systems comply with the provisions of the Contract Documents.

b. The initial submittal is also the final submittal, except where it is observed that there is non-compliance with the provisions of the Contract Documents and the submittal promptly returned to the Contractor marked with the appropriate "Action."

4. Final Distribution:

a. The Owner will retain two sets of the submittals.

b. Furnish copies of product data to subcontractors, suppliers, fabricators, manufacturers, installers, governing authorities and others as required for proper performance of the Work.

c. Show distribution on transmittal forms.

5. Installation Copy:

a. Do not proceed with installation of materials, products and systems until a copy of product data applicable to the installation is in the possession of the installer.

b. Do not permit the use of unmarked copies of product data in connection with the performance of the Work.

D. Samples:

1. Submit a minimum of two samples for visual review of general generic kind, color, pattern, and texture, and with other related elements of the Work.

2. Samples are also submitted for quality control comparison of these characteristics between the final sample submittal and the actual work as it is delivered and installed.

3. Refer to individual Work Sections of these Specifications for additional sample requirements which may be intended for examination or testing of additional characteristics.

4. Compliance with other required characteristics is the exclusive responsibility

Submittal Procedures 013300 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

of the Contractor; such compliance is not considered in the Owner's review and "Action" indication on sample submittals.

5. Documentation required specifically for sample submittals includes a generic description of the sample, the sample source or the product name or manufacturer, compliance with governing regulations and recognized standards. Indicate limitations in terms of availability, sizes, delivery time and similar limiting characteristics.

E. Miscellaneous Submittals:

1. Inspection and Test Reports:

a. Classify each inspection and test report as being either "shop drawings" or "product data," depending on whether the report is specially prepared for the project or a standard publication of workmanship control testing at the point of production.

b. Process inspection and tests reports accordingly.

c. Refer to Section 014000 - Quality Requirements for report distribution.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTIONS - NOT USED.

END OF SECTION

Submittal Procedures 013300 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 014000 QUALITY REQUIREMENTS PART 1 GENERAL

1.1 SECTION INCLUDES

A. General: Required inspection and testing services are intended to assist in the determination of probable compliance of the Work with requirements specified or indicated. These required services do not relieve the Contractor of responsibility for compliance with these requirements or for compliance with requirements of the Contract Documents.

B. Definitions: Quality control services include inspections, tests and related actions, including reports, performed by independent agencies and governing authorities, as well as directly by the Contractor. These services do not include Contract enforcement activities performed directly by the Owner.

C. Specific quality control requirements for individual units of Work are specified in the Sections of these Specifications that specify the individual element of the Work. These requirements, including inspections and tests, cover both production of standard products and fabrication of customized work. These requirements also cover quality control of the installation procedures.

D. Inspections, tests and related actions specified in this Section and elsewhere in the Contract Documents are not intended to limit the Contractor's own quality control procedures which facilitate overall compliance with requirements of the Contract Documents.

E. Requirements for the Contractor to provide quality control services as required by the Owner, governing authorities or other authorized entities are not limited by the provisions of this Section.

1.2 RESPONSIBILITIES

A. Contractor Responsibilities: Except where they are specifically indicated as being the Owner's responsibility, or where they are to be provided by another identified entity approved by the Owner, all inspections, tests and similar quality control services are the Contractor's responsibility - these services also include those specified to be performed by an independent agency and not directly by the Contractor. Costs for these services shall be included in the Contract Sum. The Contractor shall employ and pay an independent agency, testing laboratory or other qualified firm approved by the Owner to perform quality control services specified.

Quality Requirements 014000 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Owner Responsibilities: The Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services which are the Owner's responsibility. Such services shall be coordinated by the Contractor as required.

C. Retest Responsibility: Where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance of related Work with the requirements of the Contract Documents, then retests are the responsibility of the Contractor, regardless of whether the original tests were the Contractor's responsibility. Retesting of Work revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original Work.

D. Responsibility for Associated Services: The Contractor is required to cooperate with the independent agencies performing required inspections, tests and similar services. Provide such auxiliary services as are reasonably requested. Notify the testing agency sufficiently in advance of operations to permit assignment of personnel. These auxiliary services include, but are not necessarily limited to the following:

1. Providing access to the Work.

2. Taking samples or assistance with taking samples.

3. Delivery of samples of test laboratories.

4. Security and protection of samples and test equipment at the Project site.

E. Limitations of Authority of Testing Service Agency: The agency is not authorized to release, revoke, alter or enlarge the Contract Documents. The agency shall not approve or accept any portion of the Work. The agency shall not perform any duties of the Contractor.

F. Coordination: The Contractor and each independent agency engaged to perform inspections, tests and similar services for the Project shall coordinate the sequence of their activities so as to accommodate required services with a minimum of delay in the progress of the Work. In addition, the Contractor and each independent testing agency shall coordinate their work so as to avoid the necessity of removing and replacing work to accommodate inspections and tests. The Contractor is responsible for scheduling times for inspections, tests, taking of samples and similar activities.

G. If the laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readiness and of the date arranged so the Owner may observe such inspection, testing or approval.

Quality Requirements 014000 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

H. Special Tests: The Owner may on occasion request the Contractor to perform a special test on materials or equipment installed to verify conformance to the Specifications. The Owner will pay for all such tests if the materials or equipment meet or exceed specified requirements. However, if the items tested fail to meet these requirements, then the Contractor shall pay all costs of such tests and shall rectify at no cost to the Owner.

1.3 QUALITY ASSURANCE

A. Qualification for Service Agencies: Except as otherwise indicated, engage inspection and test service agencies, including independent testing laboratories, which are pre-qualified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which are recognized in the industry as specialized in the types of inspections and tests to be performed. Owner must approve Contractor's designated testing agency.

B. Codes and Standards: Testing, when required, shall be in accordance with all pertinent codes and regulations and with selected standards indicated in the various Sections of these Specifications under the Article entitled QUALITY ASSURANCE.

C. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

1.4 SUBMITTALS

A. General: Refer to Section 01 33 00 – Submittal Procedures, for submittal requirements.

B. Submit a certified written report of each inspection, test or similar service performed by the Testing Laboratory directly to the parties below.

• Contractor, 1 copy.

• Engineer, 1 copy.

• Owner's representative, 1 copy.

• Owner, 1 copy

• Submit additional copies of each written report directly to the governing authority when the authority so directs.

C. Report Data: Written reports of each inspection, test or similar service shall include,

Quality Requirements 014000 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

but not be limited to the following:

1. Name of testing agency or test laboratory.

2. Dates and locations of samples and tests or inspections.

3. Names of individuals making the inspection or test.

4. Designation of the Work and test method.

5. Complete inspection or test data.

6. Test results.

7. Interpretations of test results.

8. Notation of significant ambient conditions at the time of sample taking and testing.

9. Comments or professional opinion as to whether inspected or test work complies with requirements of the Contract Documents.

10. Recommendations on retesting, if applicable.

1.5 REPAIR AND PROTECTION

A. General: Upon completion of inspection, testing, sample taking and similar services performed on the Work, repair damaged Work and restore substrates and finishes to eliminate deficiencies, including deficiencies in the visual qualities of exposed finishes. Protect Work exposed by or for quality control service activities, and protect repaired Work. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services.

PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED.

END OF SECTION

Quality Requirements 014000 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 014216 DEFINITIONS AND STANDARDS

PART 1 GENERAL

1.1 DESCRIPTION OF REQUIREMENTS

A. General: This Section specifies procedural and administrative requirements for compliance with governing regulations and the codes and standards imposed upon the Work. These requirements include the obtaining of permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards.

1. "Regulations" is defined to include laws, statutes, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the Work regardless of whether they are lawfully imposed by governing authority or not.

1.2 DEFINITIONS

A. Owner: Southwest Regional Workforce Investment Board and their properly authorized agents including the Engineer and other consultants serving as Owner's Representatives reviewing work.

B. Engineer: THP Limited, Inc., Cincinnati, Ohio.

C. Owner's Representative: THP Limited, Inc., or other authorized agent as designated by the Owner.

D. General Explanation: A substantial amount of specification language consists of definitions for terms found in other Contract Documents, including the Drawings. (Drawings must be recognized as diagrammatic in nature and not completely descriptive of the requirements indicated thereon). Certain terms used in Contract Documents are defined in this Article. Definitions and explanations contained in this Section are not necessarily either complete or exclusive, but are general for the Work to the extent that they are not stated more explicitly in another element of the Contract Documents.

E. General Requirements: The provisions or requirements of Division 01 Sections apply to entire work of Contract and, where so indicated, to other elements which are included in the Project.

F. Indicated: The term "indicated" is a cross reference to graphic representations, notes or schedules on Drawings, to other paragraphs or schedules in the Specifications, and to similar means of recording requirements in Contract Documents. Where terms such as "shown", "noted", "scheduled", and "specified"

Definitions and Standards 014216 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

are used in lieu of "indicated", it is for the purpose of helping reader locate cross reference, and no limitation of location is intended except as specifically noted.

G. Directed, Requested, Etc.: Where not otherwise explained, terms such as "directed", "requested", authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by Owner or Engineer", "requested by Owner or Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Owner's, Engineer's or Owner's representative's responsibility into the Contractor's area of construction supervision.

H. Project Site: The term "project site" is defined as the space available to the Contractor for performance of the Work, either exclusively or in conjunction with others performing other work as part of the project. The extent of the project site is shown on the Drawings.

I. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance.

J. Install: Except as otherwise defined in greater detail, term "install" is used to describe operations at project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations, as applicable in each instance.

K. Provide: Except as otherwise defined in greater detail, term "provide" means furnish and install, complete and ready for intended use, as applicable in each instance.

L. Installer: The term "installer" is defined as the entity (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular unit of work at the project site, including installation, erection, application and similar required operations. It is a general requirement that such entities (installers) be expert in the operations they are engaged to perform.

M. Final Completion: The term "Final Completion" refers to the degree of completion at which time the Project as a whole is turned over for full use to the Owner and all Work is completed in compliance with the Contract Documents.

N. Entrance: The term "entrance" is defined as a pedestrian doorway, stair, walkway, passageway, landing, elevator or other type of connector which connects or allows access from one structure to another structure.

1.3 INDUSTRY STANDARDS

A. General Applicability of Standards: Except to the extent that more explicit or more stringent requirements are written directly into the Contract Documents, applicable standards of the construction industry have the same force and effect (and are made a part of the Contract Documents by reference) as if copied directly into the Contract Documents, or as if public copies were bound herewith. Refer to other Contract Documents for resolution of overlapping and conflicting

Definitions and Standards 014216 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

requirements which result from the application of several different industry standards to the same unit of work.

Refer to individual unit of work Sections for indications of which specialized codes and standards the Contractor must keep at the project site, available for reference.

1. Referenced standards (referenced directly in Contract Documents or by governing regulations) have precedence over non-referenced standards which are recognized in industry for applicability to the Work.

2. Non-referenced standards recognized in the construction industry are hereby defined, except as otherwise limited in the Contract Documents as having direct applicability to the Work, and will be so enforced for the performance of the Work. The decision as to whether an industry code or standard is applicable to the Work, or as to which of several standards are applicable, is the sole responsibility of the Engineer.

B. Publication Dates: Except as otherwise indicated, where compliance with an industry standard is required, comply with standard in effect as of date of Contract Documents.

C. Copies of Standards: The Contract Documents require that each entity performing work be experienced in that part of the Work being performed. Each entity is also required to be familiar with recognized industry standards applicable to that part of the Work. Copies of applicable standards are not bound with the Contract Documents.

D. Where copies of standards are needed for proper performance of the Work, the Contractor is required to obtain such copies directly from the publication source.

E. In case of conflict between the published standard and Project Specifications, the more stringent shall govern.

F. References to known standard specifications shall mean the latest edition of such specifications adopted and published at date of execution of the Contract.

G. No claim by Contractor for additional compensation will be entertained on account of his failure to be fully informed as to requirements of any referenced standard.

1.4 REGULATORY REQUIREMENTS

A. Adherence to Codes and Regulations:

1. Before proceeding with the Work, the Contractor shall thoroughly review the Drawings and Specifications to assure the design to be in accordance with all laws, ordinances, rules and regulations, and he shall assume full responsibility therefore and shall bear all costs attributable thereto UNLESS notice is given to the Owner in writing of the discrepancy BEFORE proceeding with the Work.

Definitions and Standards 014216 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

PART 2 PRODUCTS - NOT USED.

PART 3 EXECUTIONS - NOT USED. END OF SECTION

Definitions and Standards 014216 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 015000 TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Administrative and procedural requirements for temporary services and facilities, including such items as temporary utility services, temporary construction and support facilities, and project security and protection.

1.2 OWNER OPERATION, MAINTENANCE OF OPERATION AND SAFETY

A. The structure is currently operated by the Owner for parking supporting business operations in the adjacent building. Areas of the facility outside the limits of a construction area shall remain functional throughout the construction period.

B. All construction operations shall be carefully coordinated with the Owner so as to minimize the overall inconvenience to the Owner, maintain the use of the entrances at all specified times and to expedite job progress.

C. All fumes and dust arising from construction operations shall be controlled so as to not adversely affect persons using the areas outside the work area.

D. The Contractor shall protect his Work and equipment from damage by the public and other entities occupying the garage during the construction period.

E. The Contractor shall take all necessary precautions during all Work Areas to prevent debris from falling and causing damage outside the work area, including damage to existing mechanical/electrical fixtures. The Contractor shall be held liable for all damage caused by excavation, patching, drilling, coring, cutting, sandblasting, dust and debris. The Contractor shall be held liable for all damage to mechanical/electrical fixtures systems due to construction related activities. Contractor shall be responsible for all injury to people and property, including motor vehicles, caused by any construction related activity. The Owner will endeavor to field complaints and forward same to Contractor. Contractor is responsible for contacting people or property owner and resolving complaints.

F. When Work is performed which may create a hazard to persons or property above, below or in the proximity of Work, affected areas shall be blocked or otherwise protected to eliminate the hazard. Coordinate this activity with the Owner a minimum of 4 working days prior to the requested time for performance of such work.

G. Access to all emergency egress routes outside the limits of an individual construction area shall be continuously and safely maintained. Emergency egress routes shall not be impaired due to construction activities.

Temporary Facilities and Controls 015000 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

H. Coordinate Work Areas with the Owner to minimize interference with normal operations.

I. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

1.3 WORK AREAS

A. The Work is divided into sections termed Work Areas. Work outside the closed Work Area is not allowed, except work permitted by the Construction Documents or authorized by the Owner.

B. The Construction limit lines are defined as the extent of the Work Areas designated on the Drawings. Areas outside the construction limits may not be used by the Contractor for staging, storage of materials, or any other purpose, except as indicated in the Construction Documents.

1.4 MATERIAL AND EQUIPMENT STORAGE AND DELIVERY

A. An area of the garage will be made available to the Contractor for material and equipment storage, staging and other facilities deemed necessary by the Contractor.

B. Deliveries shall not block entrance or exit to the facility by patrons or other services. Deliveries are to be scheduled between 9:00 am and 3:00 pm.

1.5 PROTECTION OF THE SURROUNDING AREA

A. All construction operations shall be conducted such as to protect the surrounding areas and adjacent buildings.

B. Fumes and dust shall also be controlled so as to prevent harmful or undesirable effects in the surrounding areas. All potential avenues for penetration of fumes or dust into occupied spaces adjacent to the work area must be located and sealed by the Contractor in a manner acceptable to the Owner prior to the start of the work in the affected area.

C. Areas below regions of construction activity may remain open for portions of that activity. However, the Contractor is totally responsible for damage as a result of the Work.

1.6 PROTECTION OF EXISTING CONDITIONS

A. All portions of the existing structure, all utilities and all other building contents not

Temporary Facilities and Controls 015000 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

part of the work damaged, moved or altered in any way during construction shall be replaced or repaired to the Owner’s satisfaction at the Contractor's expense.

B. Contractor and Owner shall conduct a preconstruction inspection of all finish materials and equipment located within the Work area to record in writing existing damaged finish materials and/or equipment not directly involved with this Contract. The Contractor shall be deemed responsible for damaged finish material and/or equipment not recorded during the preconstruction inspection. Contractor shall replace or repair to the Owner's satisfaction damaged finish material and/or equipment. It is the Contractor's responsibility to schedule and coordinate this preconstruction walk-through with the Owner. Provide a minimum of 5 calendar days notice prior to the requested walk-through time.

C. Accidental interruptions caused by the Contractor to garage services outside of the work area shall be reported to the Owner at once, and immediate, emergency efforts to restore the service shall be made at the expense of the Contractor.

D. When performing work adjacent to building and structures, protect buildings and structures from dirt, dust and debris.

E. Protect drain openings during construction from construction debris entering drainage system. Provide filter cloth over openings to prevent debris from entering pipes, but still allowing water to enter. Clean debris from drains as necessary to maintain water removal. Remove drain protection during non- working hours and reinstall prior to commencing work.

1.7 TEMPORARY FACILITIES

A. Existing electric and water service shall remain at their present level of service within the garage and may be used by the Contractor. The Owner will pay for current and water used. Additional electricity and water and their service connections which may be required for construction shall be provided by the Contractor. Contractor shall verify existence and usability of listed services prior to submitting Bid. Non-listed services required by the Contractor shall be provided by the Contractor.

B. The Contractor shall provide his own job phone.

C. The Contractor shall provide temporary toilet facilities for use by its employees and subcontractors. Locate in an area approved by the Owner. Use of Owner facilities is not allowed.

D. Job signs are not allowed.

E. The Contractor shall furnish temporary lighting or heat required so that work may proceed to meet the Contract schedule.

F. The Contractor shall arrange and establish a location satisfactory to the Owner where workmen may eat; provide a rubbish container, and clean and remove all debris at the end of each work day.

Temporary Facilities and Controls 015000 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

G. At all times when work is being performed, the Contractor's foreman shall be on- site. Both the foreman and the superintendent shall have a mobile phone or beeper with him/her at all times while on the job site. Provide the Owner with the telephone number.

H. A job site office/trailer is not required.

1.8 PARKING

A. Parking for a maximum of four Contractor vehicles associated with the production of the work will be provided in the garage. Contractor employee parking will not be permitted within Work Areas.

1.9 USE OF FACILITY

A. Contractor employees are not permitted to use Owner and tenant facilities except as previously noted. Failure to comply with this restriction can result in the dismissal of the offending employee from the construction site.

B. Except for materials being used during a work shift, store all materials in approved storage area.

C. Materials being used for work shall be uniformly distributed throughout the work area so as to not overload or otherwise distress the supported structural system.

1.10 TRAFFIC CONTROL

A. Provide lighting, signage, barricades, traffic cones, signals, and traffic direction personnel required to clearly and safely re-route traffic in non-work areas. Coordinate with the Owner a minimum of 7 days in advance of when an area is scheduled to be closed.

B. Erect barricades to prevent unauthorized entry of pedestrian or vehicular traffic into, on or under the Work Area. Post appropriate signs to warn against entry. Construct barricades to prevent unauthorized entry during non-work hours.

C. Perform temporary traffic marking and striping that may be required during construction.

D. Provide signage to safely route pedestrians to the nearest stairwell.

1.11 USE OF STREETS AND WALKS

A. All use of streets and walks must be in accordance with local authorities having jurisdiction. The Contractor must coordinate such use directly with the local authorities.

B. The Contractor shall provide and maintain control device necessary for the protection of his Work, and areas which the local authorities may consider hazardous, including necessary lighting. Further, should conditions arise which necessitate the use of flagman and/or the services of the local police, the

Temporary Facilities and Controls 015000 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

Contractor shall supply this type of control at no expense to the Owner.

C. Maintain traffic in accordance with local authority's requirements.

D. The Contractor shall provide and maintain signage, barricades, warning devices, etc. that may be necessary or required by local authorities or the Owner for the protection of pedestrians and vehicles while performing the work.

1.12 CLEANUP

A. Each Contractor or Subcontractor, upon completion of his division of the work, shall collect and remove all rubbish, surplus material, tools and scaffolding pertaining to his work, and shall keep the work area neat and orderly by periodic removal and cleanup. Crates and cartons in which materials or equipment are received shall be removed daily. Contractor shall leave each phase of the work broom-clean upon completion of that phase.

B. Each Contractor shall be responsible for daily collection and disposal of rubbish created by his materials, men and work. If this is not done, the Owner may direct that cleanup be done and the cost of same shall be deducted from the Contractor's contract.

C. Contractor shall clean surfaces of all lights, control panels, overhead piping, duct work, etc., after construction is complete, to the same level of cleanliness as surfaces were before construction.

D. Protect from damage during subsequent construction activities all new work and existing construction cleaned upon the completion of any one phase.

E. Contractor shall legally dispose of all debris (including concrete) off the site.

1.13 FIRE PROTECTION

A. It shall be the responsibility of the Contractor to take the proper precautions to prevent fires when welding or while other fire-hazardous work is being performed.

B. Gasoline and other flammable liquids shall be kept in approved safety cans at all times.

1.14 WATCHMEN

A. The services of a watchman will not be provided by the Owner.

B. The Contractor shall assume full responsibility for protection and safety of material and equipment stored at the job site both within and outside of the work areas or storage areas.

1.15 ADDITIONAL REQUIREMENTS

A. During the term of this Contract, the employees of the Contractor shall not consume or be under the influence of alcohol while on the premises of the

Temporary Facilities and Controls 015000 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

Owner. The use of nonprescription, over the counter drugs and medications (i.e., Contact, Actifed, etc.) is discouraged, but if used, manufacturer's guidelines must be followed. Drugs considered illegal by federal, state, and local authorities are strictly prohibited.

B. Owner reserves the right with or without cause and at its sole discretion, provided that such right is lawful, to have the Contractor temporarily or permanently remove any of the Contractor's employees from the Project.

C. Shutting down of existing apparatus and service lines shall be done only at times prescribed and approved by the Owner. Apparatus and service lines shall not be left out of service overnight, during non-working periods or during scheduled events.

D. Notice of temporary service interruption (or potential interruption) shall be given to the Owner and his designated representative not less than (5) working days prior to required interruption to allow adequate preparation to be made.

E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day.

END OF SECTION

Temporary Facilities and Controls 015000 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 015600 BARRIERS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Miscellaneous barriers and efforts, including construction fencing, caution tape and signage.

1.2 RELATED SECTIONS

A. Section 015000 - Temporary Facilities and Controls

B. Section 030100 - Concrete Repairs

C. Section 071800 - Vehicular Traffic Membrane

D. Section 079000 – Expansion Joints

E. Section 079200 – Sealants

F. Section 321723 - Pavement Markings

1.3 SUBMITTALS

A. Submittals are not required unless Owner or Engineer raise questions or concerns regarding the quality or construction of barriers or enclosures. Potential submittals, if requested, could include the following:

1. Fire-retardant treatment for dimensional lumber and plywood.

2. Fire-resistant visqueen sheeting.

3. Plastic Safety Fencing.

4. Caution Barrier Tape.

5. Enclosure construction details.

PART 2 PRODUCTS

2.1 MATERIALS

A. Lumber:

1. Dimensional lumber:

a. Minimum 2 x 4 dimensional lumber.

Barriers 015600 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

b. Fire-retardant treated (non-com) with treatment stamp visible.

2. Plywood:

a. Minimum 1/2-inch thick.

b. Fire-retardant treated (non-com) with treatment stamp visible.

B. Visqueen Sheeting:

1. Approved Products:

c. Griffolin fire-retardant type 55-FR.

d. Midco vinyl fire-resistant reinforced polyfilm.

C. High Visibility Safety Fencing:

1. High density polyethylene material.

2. Diamond mesh with 1-1/2" openings.

3. Minimum 4 feet high.

4. Bright orange color.

5. Minimum 2200 lbs. break load capacity.

D. Chain Link Fencing:

1. Minimum 6’-0” feet tall.

2. Minimum 9 gauge galvanized with 2”x2” pattern configuration

3. Fence to be panelized system, surface set with ballasted based.

4. Drilled posts are not permitted.

E. Caution Tape:

1. 3" wide.

2. Minimum 4 mil thick plastic.

3. Safety yellow tape with black "CAUTION" lettering, minimum 1-1/2" high.

PART 3 EXECUTIONS

3.1 GENERAL

A. Work shall not proceed until dust barriers, barricades, construction fencing or partial or full height barriers or enclosures are in place and secure.

Barriers 015600 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Provide barricades to isolate areas directly under work areas for protection of persons or property.

C. Remove barricades at entrances during non-working hours which will obstruct or hinder the use of the entrance.

D. Installation and removal of barricades or barriers shall not damage existing surfaces.

E. The use of anchors which penetrate the existing surface are prohibited, unless approved in advance by Engineer.

F. Remove all evidence of barriers installation upon removal.

G. Contractor is responsible for erection, maintaining, moving and removal of barricades, fencing and barriers from the job site.

END OF SECTION

Barriers 015600 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 01 - GENERAL REQUIREMENTS SECTION 01 77 00 CLOSEOUT PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Requirements for Close-Out of Contract.

B. Specific requirements for individual units of work may be included in the appropriate Sections.

1.2 DEFINITIONS

A. Contract Closeout is the term used to describe certain collective project requirements, indicating completion of the Work that are to be fulfilled near the end of the Contract time in preparation for final acceptance and occupancy of the Work by the Owner, as well as final payment to the Contractor and the normal termination of the Contract.

1.3 PREREQUISITES TO SUBSTANTIAL COMPLETION

A. General: Complete the following before requesting the Owner's inspection for certification of substantial completion, either for the entire Work or for portions of the Work. List known exceptions in the request.

1. In the progress payment request that coincides with, or is the first request following, the date substantial completion is claimed, show either 100% completion for the portion of the Work claimed as "substantially complete," or list incomplete items, the value of incomplete Work, and reasons for the Work being incomplete. Include supporting documentation for completion as indicated in these Contract Documents.

2. Submit a statement showing an accounting of changes to the Contract Sum.

3. Advise Owner of pending insurance change over requirements.

4. Submit specific warranties, workmanship/maintenance bonds, maintenance agreements, final certifications and similar documents.

5. Obtain and submit releases enabling the Owner's full, unrestricted use of the Work and access to services and utilities. Where required, include occupancy permits, operating certificates and similar releases.

6. Submit record drawings, maintenance manuals, final project photographs, damage survey and similar final record information.

Closeout Procedures 01 77 00 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

7. Discontinue or change over and remove temporary facilities and services from the project site, along with construction tools and facilities, mock-ups and similar elements.

8. Complete final cleaning-up requirements, including touch-up painting of marred surfaces. Touch up and otherwise repair and restore marred exposed finishes.

B. Inspection Procedures: Upon receipt of the Contractor's request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled prerequisites.

1. Following the initial inspection, the Owner will either prepare the certificate of substantial completion or will advise the Contractor of work which must be performed before the certificate will be issued. The Owner will repeat the inspection when requested and when assured that the Work has been substantially completed.

2. Results of the completed inspection will form the initial "punch list" for final acceptance.

1.4 PREREQUISITES TO FINAL ACCEPTANCE

A. General: Complete the following before requesting the Owner's final inspection for certificate of final acceptance and final payment as required by the General Conditions. List known exceptions, if any, in the request.

1. Submit the final payment request with final releases, affidavits and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required.

2. Submit an updated final statement accounting for final additional changes to the Contract Sum.

3. Submit a certified copy of the Owner's final punch list of itemized Work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance.

4. Submit consent of Surety.

5. Submit evidence of final, continuing insurance coverage complying with insurance requirements per General and Supplementary Conditions in these Specifications.

6. Submit a certificate clearly indicating that all outstanding bills for materials, services and labor, and all subcontractors have been paid in full.

Closeout Procedures 01 77 00 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Re-inspection Procedure: The Owner will re-inspect the Work upon receipt of the Contractor's notice that the Work, including punch list items resulting from earlier inspections, has been completed except for these items whose completion has been delayed because of circumstances that are acceptable to the Owner.

1. Upon completion of re-inspection, the Owner will either approve the final payment request, or will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled, but are required for final release of final payment.

2. If necessary, the re-inspection procedure will be repeated.

C. Schedule with the Owner a close-out meeting. Coordinate this meeting with the Owner. Provide a minimum of 3 working days notice prior to the requested time for the meeting.

1.5 PROJECT RECORD DOCUMENTS

A. The Contractor shall be responsible to maintain at the job site one copy of:

1. Record contract drawings.

2. Record project manual.

3. Addenda.

4. Reviewed shop drawings.

5. Change orders.

6. Other modifications to Contract.

B. Maintain documents in clean, dry, legible condition.

C. Do not use project Record Documents for construction purposes.

D. Failure to maintain documents up-to-date will be cause for withholding payments to Contractor.

E. Obtain one complete set of Contract Documents, including:

1. Project Manual with all addenda.

2. One complete set of black-line or blue-line prints of all drawings not bound in project manual.

3. One complete set of sepia prints of all drawings not bound in project manual.

F. Keep Record Documents current.

Closeout Procedures 01 77 00 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

G. Contract Drawings: Contractor may, at his option, enter required information on a "working set" and then at completion of project transfer the information to final submitted "Project Record" set. All notations on the "Project Record" set shall be in red ink made in a neat and legible manner, with additional explanatory drawings or sketches as required. The Project Record Drawings shall have marked the correct location of Work items and equipment where it differs from the location shown on the drawings, and any other information pertinent or useful in nature.

H. Project Manual and Addenda: Contractor shall legibly mark up each section to record:

1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed.

2. Changes made by change order or field order.

3. Other items not originally specified.

I. At completion of Project, deliver 3 copies of the Project Record Documents to the Owner prior to request for final payment. Accompany submittal with transmittal letter containing:

1. Date.

2. Project title and number.

3. Contractor's name and address.

4. Title and number of each Record Document.

5. Certification that each document as submitted is complete and accurate.

6. Signature of Contractor or his authorized representative.

1.6 OPERATIONS AND MAINTENANCE DATA

A. The Contractor shall deliver to the Owner at the final inspection all operations and maintenance data as required elsewhere in this Specification. This data shall be provided in loose-leaf binders.

1.7 WARRANTIES

A. The Contractor shall provide a general one year warranty for all work performed.

B. As required by individual Specification Sections, provide extended warranties on parts of the Work as specified.

C. Provide the Owner with four executed copies of all required warranties.

D. Deliver to the Owner all required warranties prior to the application for Final Payment.

Closeout Procedures 01 77 00 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

E. Delivery of required warranties does not relieve the Contractor of obligations assumed under provisions of the Contract.

F. Warranties provided directly by contractor are to be written using company letterhead documents.

G. A warranty may require multiple signatures if specified to be a joint warranty. Refer to individual warranty requirements in the appropriate Specification Section.

H. The warranty format shall be as follows: Name of Project

Scope of Work

We warrant the Work to be in accordance with the Contract Documents. We shall provide all labor, material, tools and equipment necessary to correct work not in conformance with the Contract Documents or that becomes or is found to be defective within years after the Date of Substantial Completion. We will bear the cost of making good any damage caused by the defective work, including damage caused by its correction or removal, to the Owner's property or to property for which the Owner is liable. This warranty shall not apply to work which has been abused, neglected or altered by others or to work for which the Owner has previously given the Contractor a written acceptance of the defect. The warranty period shall begin at Noon on the date of Substantial Completion.

Company

Signature

Date

Title

1.8 SPARE PARTS AND MAINTENANCE MATERIALS

A. The Contractor shall deliver all spare parts and maintenance materials as required elsewhere in this Specification to the Owner at the final inspection.

1.9 CLOSEOUT PROCEDURES

A. Removal of Protection: Except as otherwise indicated or requested by the Owner, remove temporary protection devices and facilities which were installed during the course of the Work to protect existing or previously completed Work during the remainder of the construction period.

Closeout Procedures 01 77 00 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Compliance: Comply with safety standards and governing regulations for cleaning operations. Do not discharge volatile or other harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remaining after completion of associated work have become the Owner's property, dispose of these materials to the Owner's best advantage as directed.

PART 2 PRODUCTS - NOT USED.

PART 3 EXECUTIONS - NOT USED. END OF SECTION

Closeout Procedures 01 77 00 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 03 – CONCRETE SECTION 030100 CONCRETE REPAIRS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. All labor, material, tools, equipment and services to perform concrete repairs at areas indicated on the Drawings and in the Specifications, including but not limited to:

1. Partial depth slab repairs.

2. Full depth slab repairs.

3. Joist repairs.

4. Beam repairs.

5. Expansion joint blockout repairs.

6. Beam haunch repairs

7. Miscellaneous repairs indicated on the Drawings.

1.2 RELATED SECTIONS

A. Allowances – Refer Section 012100.

B. Payment Procedures – Refer Section 012900.

C. Barriers - Refer Section 015600.

D. Vehicular Traffic Membrane – Refer Section 071800.

E. Expansion Joints – Refer Section 079000.

F. Sealants – Refer Section 079200.

1.3 UNIT PRICES

A. Unit prices are taken for the work items listed in Section 012100, for the quantity measurements listed in Section 012900.

B. Include in the lump sum bid the quantities in Section 012100.

C. Final adjustment to the contract amount will depend on actual quantities of repair performed.

D. Repair quantities will be determined by measurements made jointly by the owner

Concrete Repairs 030100 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

or its representative and the contractor. The contractor will record the measurements with both parties signing the record to attest to its accuracy.

1.4 REFERENCES

A. American Concrete Institute (ACI):

1. ACI 301 - Specification for Structural Concrete for Buildings.

2. ACI 305R - Hot Weather Concreting.

3. ACI 306R - Cold Weather Concreting.

4. ACI 318 - Building Code Requirements for Reinforced Concrete.

B. American Society for Testing and Materials (ASTM):

1. ASTM A185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement.

2. ASTM A615 - Specification for Deformed and Plain-Billet Steel Bars for Concrete Reinforcement.

3. ASTM A775 – Standard Specification for Epoxy-Coated Reinforcing Steel Bars.

4. ASTM C31 - Method of Making and Curing Concrete Specimens in the Fields.

5. ASTM C33 - Concrete Aggregates.

6. ASTM C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens.

7. ASTM C94 - Specification for Ready-Mixed Concrete.

8. ASTM C143 - Standard Test Method for Slump of Portland Cement Concrete.

9. ASTM C150 - Specification for Portland Cement Concrete.

10. ASTM C260 - Specification for Air-entraining Admixtures for Concrete.

11. ASTM C494 - Specification for Chemical Admixtures for Concrete.

12. ASTM C881 – Specification for Epoxy-Resin-Base Bonding Systems for Concrete.

13. ASTM C882 – Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete.

C. Structural Steel Painting Council (SSPC):

Concrete Repairs 030100 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

1. Surface Preparation Specification No. 3 (SP3) – Wire Wheel Cleaning.

2. Surface Preparation Specification No. 6 (SP6) – Commercial Blast Cleaning.

D. American Association of State Highway and Transportation Officials (AASHTO): AASHTO M182 - Specifications for Burlap Cloth Made from Jute or Kenaf.

E. Keep a copy of the referenced specifications cited in this section in the on-site field office.

1.5 SUBMITTALS

A. Submit literature for manufactured products, including manufacturer's speci- fications, test data and installation instructions.

B. Letter stating this Contractor and supplier are familiar with the referenced standards.

C. Submit mix designs and test results conforming to the requirements of Section 4 of ACI 301. Submit request for approval to use admixtures, if any. A complete mix design submittal must be furnished at least three weeks before the planned use of that mix. The Contractor is cautioned to undertake mix design preparation and submittal procedures immediately after authorization to proceed with the project.

1. Submitted mix design shall address weather conditions which are expected to occur during the concrete repair phases. Concrete mixes shall not only be designed for average temperature and humidity conditions, but also for adverse conditions (hot and cold weather), as applicable to this project.

D. Provide the following in accordance with ACI 301.

1. Mill test for cement.

2. Admixture certification.

3. Aggregate certification.

4. Procedure for adding water to ready-mix at site, including method of measuring water.

5. Method of adding admixtures.

6. Materials and methods for curing.

7. Ready-Mix delivery tickets.

8. Certificate of Conformance for concrete production facilities by NRMCA (National Ready Mix Contractors Association).

9. Field and laboratory tests that are the Contractor's responsibility.

E. The Owner's review of details and construction operations shall not relieve this

Concrete Repairs 030100 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

Contractor of his responsibility for completing the work successfully in accordance with the Contract Documents.

1.6 QUALITY ASSURANCE

A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

B. Concrete that does not conform to the specified requirements, including bond to substrate, strength, finish and tolerances shall be subject to removal and replacement, including necessary preparatory work, at no additional cost to the Owner and without extension to the Contract Time.

C. Contractor shall be responsible for restoration of other components of the Work damaged during placement of concrete or damaged during removal of unsatisfactory concrete.

D. ACI 301, ACI 305R and ACI 306R are a part of the Contract Documents, are incorporated herein as fully as if here set forth and are referred to as General Concreting Requirements.

E. Chloride Ion Limitations: Maximum acid-soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement.

F. Concrete testing and certification shall be as described in ACI 301, Chapter 16.

1.7 JOB CONDITIONS – SHORING

A. Shoring shall be incidental to the repairs. The Contractor shall provide the shores to be used throughout the project in the different Work Areas

B. Areas that will require shoring, include:

1. Beam haunch repair along Line 3 - fully support the slab that is bearing on the beam during the repair of the beam haunch. Shoring shall have adequate cribbing to prevent displacement/settlement of the asphalt slab-on-grade lot, below.

2. Joist repairs – assume one shore post installation at each joist repair. The shore shall have adequate cribbing to prevent displacement/settlement of the asphalt slab-on-grade lot, below.

C. Install shores before removing concrete from the structural member that is designated to be shored.

Concrete Repairs 030100 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

D. Shores must be on-site prior to beginning any concrete demolition work.

E. Refer to Drawings for conceptual/schematic Details of shoring systems.

1.8 WARRANTY

A. A warranty period of two (2) years shall be provided for concrete work performed under this Section against defects, as determined by the Owner, including but not limited to debonding, excessive cracking and surface scaling.

PART 2 PRODUCTS

2.1 MATERIALS

A. General:

1. Ready mixed materials used for concrete shall be furnished from the same source throughout the project unless otherwise approved by the Owner.

B. Cement:

1. Use ASTM C150, Type I cement unless noted otherwise. Air-entrained cement shall not be used. Air requirements shall be met by separate admixtures.

C. Admixtures:

1. Air-entraining admixtures meeting the requirements of ASTM C260.

2. High range water reducer meeting the requirements of ASTM C494.

3. Calcium chloride, calcium nitrate and thiocyanates are not permitted. Admixtures containing more than 0.05% chloride ions are not permitted.

4. Use approved admixtures in accordance with manufacturer's recommendations.

D. Fine and Coarse Aggregates:

1. Meeting requirements of ASTM C-33.

E. Water:

1. Mixing water shall be potable meeting requirements of ASTM C-94.

F. Pre-packed Concrete Materials:

1. Horizontal Application – Typical Repair Areas (Patch Material Type A):

a. MasterEmaco T430 by BASF

b. SikaQuick 1000 by Sika Corp.

Concrete Repairs 030100 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

c. MasterEmaco T1061 by BASF

d. SikaTop 122 Plus by Sika Corp.

2. Vertical and Overhead Repair Areas (Patch Material Type B):

a. MasterEmaco S488Cl by BASF

b. SikaTop 123 Plus by Sika Corp.

c. MasterEmaco N425 by BASF

d. MasterEmaco S440 by BASF

G. Bar Coating:

1. Sikadur 32, Hi-Mod LPL by Sika, Inc.

H. Epoxy Bonding Agent:

1. Sikadur 32, Hi-Mod LPL by Sika, Inc.

I. Welded Wire Reinforcement:

1. Conforming to ASTM A185.

J. Reinforcing Steel:

1. All reinforcing steel shall have a minimum Fy of 60 ksi.

2. Provide epoxy coated steel where shown on Drawings.

K. Curing Materials:

1. 10 oz. burlap meeting the requirements of AASHTO M-182.

2. Visqueen: 6 mil polyethylene (white).

L. Curing Compound:

1. Epoxy Water Emulsion Primer/Sealer by The Sherwin Williams Company.

2. MasterKure CC 1315WB by BASF

3. Liquid membrane forming curing compound shall conform to the requirements of ASTM C1315, Type 1, Class A and have data from an independent laboratory indicating a maximum moisture loss of 0.40 grams per square cm. when applied at a coverage rate of 300 square feet per gallon.

M. Form Lumber:

1. New fire retardant material, grade and size to adequately form, support and

Concrete Repairs 030100 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

brace concrete and to provide finishes that match adjacent surfaces.

N. Epoxy Grout:

1. Sikadur 32 epoxy mixed with silica sand.

O. Patch Anchors:

1. Stainless steel spikes by Powers Rawl.

P. Bearing Pad:

1. Masticord – ROF by JVI, thickness ½”

2.2 MIX PROPORTIONING

A. General:

1. Ready Mix Producer, General Contractor, and those responsible for placing and finishing concrete shall review mix designs and agree on modifications to the proposed mixes listed below required to facilitate placing and achieve the desired results. No modifications reducing the cement content, increasing the chloride content or the W/C ratio will be acceptable. Both the General Contractor and Ready-Mix Producer are responsible for design and production of concrete mix.

B. Concrete Mix: (Patch Material Type C)

1. Strength at 28 days 5000 psi

2. Minimum portland cement content 565 lbs./C.Y.

3. Minimum silica fume content 60 lbs./C.Y.

4. Maximum percent of chloride by weight of cement 0.10

5. Maximum water/(cement plus silica fume) ratio 0.45

6. Percent of air entrainment (tested at point of placement) 5 to 7 percent

7. Maximum aggregate size 3/8 inch

C. Slump:

1. Produce the concrete to have a maximum slump of 4 inches as delivered to the site. The maximum slump may not be exceeded except by the job site addition of High Range Water Reducer (Superplasticizer).

2. When superplasticizer is used, the maximum superplasticized slump shall be 8". Superplasticizer may not be added to a batch of concrete after initial slump adjustments are made and discharge has started.

Concrete Repairs 030100 - 7 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3. Method of measuring and adding superplasticizers to the truck mixer at the site shall be approved by the Engineer.

4. Mix designs incorporating superplasticizer must be accompanied by test results from cylinders made from previous field test data in which the superplasticizer was added to a 6 c.y. (min.) batch in a truck mixer.

2.3 PRODUCTION OF CONCRETE

A. Furnish to the Project Superintendent 2 delivery tickets for each load of Ready- Mixed concrete. Tickets shall contain the following information:

1. Date.

2. Producer and plant.

3. Job.

4. Contractor.

5. Truck No. and time dispatched.

6. Concrete designation and cement type.

7. Admixtures description and content.

8. Time discharge started and completed.

9. Amount of concrete in load.

10. Amount of water in mix at plant.

11. Amount of material(s) added at the site and authorized signature.

B. Site-mixed concrete is prohibited.

C. High Range Water Reducers (Superplasticizers) shall be premeasured and added at the site in accordance with the manufacturer's written instructions and specifications, using truck-mounted power injection equipment capable of rapidly and uniformly distributing the admixture to the concrete. Alternatively, the superplasticizer may be added manually to the back of the truck by a trained technician, if this procedure is confirmed by historical data to yield a uniform and acceptable product. Mix the concrete a minimum of six minutes after addition of the superplasticizer and before discharge.

D. Re-tempering with superplasticizer is prohibited.

E. When concrete arrives at the project with slump below that suitable for placing and below the slump specified, water may be added only if neither the maximum specified water/cement ratio nor the maximum slump is exceeded, provided that:

1. The approved mix design has allowed for on-site addition of water.

Concrete Repairs 030100 - 8 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

2. The amount of water added at the site is accurately measured to ± 1 gallons of the desired added amount.

3. That water addition is followed by 3 minutes of mixing at mixing speed prior to discharge.

4. Standard cylinder samples as required by these Specifications are taken after addition of water.

5. The person authorized to add water shall be mutually approved by Engineer, Contractor, and Ready Mix Producer.

F. All concrete arriving at the site above the maximum slump will be rejected.

G. Addition of cement at the site is prohibited.

H. Discharge concrete from mixer within 1-1/2 hours after the introduction of mixing water to the cement and aggregates.

1. During hot weather or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. When air temperature is between 85˚F (30˚C) and 90˚F (32˚C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90˚F (32˚C), reduce mixing and delivery time to 60 minutes.

2. Maximum temperature of concrete mixes delivered to site: 85˚F.

PART 3 EXECUTIONS

3.1 GENERAL

A. Prior to the start of work, the Contractor shall survey areas to receive repair concrete to determine locations and approximate quantity of material.

B. Prior to start of excavations, perform an on-site review of the work areas with the Owner. Provide a minimum of 2 working days notice prior to the requested review day.

C. Prior to performing operations such as jack hammer work, the Contractor shall make a careful and thorough survey of the underside of the level on which he intends to work and shall remove all loose soffit concrete which may fall as a result of those operations. The Contractor shall also be responsible for posting all signs and erecting all barricades as necessary to prevent pedestrians and vehicles from entering the area below hazardous work.

D. During concrete removal work, Contractor shall not damage existing mild steel reinforcement. Mild steel reinforcement that is damaged by the Contractor, as determined by the Owner, shall have a new reinforcing bar the same size as the damaged bar lapped to each side of the damaged area. Lap lengths shall be

Concrete Repairs 030100 - 9 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

determined by ACI 318. Cost of new reinforcing bar, concrete removal and patching for lap length shall be borne by the Contractor.

E. It is intended that the existing reinforcement steel exposed during the work shall remain in place (unless noted on Drawing for removal) and undamaged during removal of the unsatisfactory concrete. Tie loose reinforcement bars in place in an approved manner prior to placing patch mix. If the reinforcement is deteriorated, as determined by the Owner, the Owner may direct that it be replaced and spliced in accordance with ACI splice and development requirements for reinforcement bars. Additional concrete removal may be required to expose undamaged reinforcing. If required, compensation will be made in accordance with the established Unit Prices.

F. Concrete placement for patches or overlays on sloping surfaces shall begin on the low elevation end and proceed upwards to the high elevation end.

3.2 PROTECTION

A. Contractor shall protect all open excavations, and reinforcing therein, from damage due to mechanical disturbance, weather conditions or other causes.

B. Contractor shall protect occupied areas below the work area during all phases of the work including removal, preparation and placement of materials.

C. Provide barricades to close areas immediately below the work area. Coordinate the time closing of required areas with the Owner.

3.3 SHALLOW, DEEP AND FULL DEPTH FLOOR REPAIR PROCEDURE

A. Refer to the Drawings for repair details. Contractor shall sound the concrete deck using chain drag method and hammer survey to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be repaired. Location of paint marks must be approved by the Owner’s representative.

B. Before removal of floor concrete within a Work Area, the Contractor and the Owner’s representative will record the area bounded by the paint marks. Take measurements to the nearest inch in such a way that results in a total plan area at each location.

C. Contractor and Owner’s representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records.

D. Sum and calculate the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item’s unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details.

E. Remove floor concrete within the Work Area by conventional chipping methods.

Concrete Repairs 030100 - 10 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

F. Conventional Chipping Method:

1. Sawcut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of sawcuts shall be 3/4 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area.

2. Perform concrete removal with no larger than 18 pound chipping hammers.

3. Begin concrete removal at the center of the removal area and work towards the sawcut perimeter. Maintain vertical sawcut edge at perimeter. Re-saw if necessary to maintain required edge.

4. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through slab. Means such as utilizing wide chipping blades and performing chipping procedures on a low angle are recommended.

G. The surface of the sound, exposed concrete shall be relatively flat with 1/4” amplitude over the repair area for new concrete patches and overlays. Contractor is responsible for insuring that the final concrete repair area is sound.

H. Within 24 hours of concrete repair material placement, media blast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated.

I. After completion of all cleaning operations, blow-out excavations with oil-free and water-free compressed air. Previously cleaned excavations that are subjected to contamination must be re-cleaned.

J. The Owner will inspect excavations prior to coating reinforcing steel. Final touch- up of excavations and reinforcing steel shall be performed before proceeding.

K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat.

L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate or allow coating to puddle in low areas of excavation.

M. Typically the day prior to concrete placement, using pressure washer, clean concrete substrate to clear pore structure of dust and debris. Allow to adequately dry prior to beginning concrete placement.

N. Just prior to concrete placement blow-down area with oil-free compressed air to remove debris and clear out pore structure.

O. Immediately ahead of patch material placement, scrub neat epoxy into the concrete substrate. Do not allow the bonding agent to cure – concrete patch material must be placed on wet-to-tacky epoxy.

Concrete Repairs 030100 - 11 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

P. Place Patch Material Type A or Type C in the excavations. Vibrate new patch material to ensure consolidation in maximum-depth areas and at the excavations perimeter. Screed material flush with adjacent surfaces and finish with a float or light trowel.

Q. After (not to be used during finishing process) finishing, fog concrete surfaces with water using approved fog spray device (hose not permitted) to prevent surface drying prior to start of curing.

R. Cure Patch Material Type A in accordance with manufacturer’s written instructions.

S. Cure Patch Material Type C with a 7 day wet cure:

1. As soon after finishing as possible without marking concrete, cover with wet, clean burlap followed by a minimum 6 mil polyethylene sheet (free of holes) which overlaps existing concrete on all sides.

2. Weight curing material to hold in place.

3. Maintain burlap in a wet condition during the wet curing period.

3.4 OVERHEAD AND VERTICAL REPAIR PROCEDURE

A. Refer to the Drawings for repair details. Contractor shall sound overhead and vertical concrete surfaces using hammer sounding techniques to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be repaired. Location of paint marks must be approved by the Owner’s representative.

B. Before removal of overhead or vertical concrete within a Work Area, the Contractor and the Owner’s representative will record the area bounded by the paint marks. Take measurements to the nearest inch in such a way that results in a total plan area at each location.

C. Contractor and Owner’s representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records.

D. Calculate and sum the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item’s unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details.

E. Remove concrete within the Work Area by conventional chipping methods.

F. Conventional Chipping Method:

1. Saw cut the concrete surface along the perimeter of the paint marks which

Concrete Repairs 030100 - 12 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be 1/2 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area.

2. Perform concrete removal with no larger than 18 pound chipping hammers.

3. Begin concrete removal at the center of the removal area and work towards the saw cut perimeter. Maintain vertical saw cut edge at perimeter. Resaw if necessary to maintain required edge.

4. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through a slab. Means such as utilizing wide chipping blades and performing chipping procedures on a low angle are recommended.

G. The surface of sound, exposed concrete shall be relatively flat with a ¼” amplitude over the repair area. Contractor is responsible for insuring that the final concrete repair area is sound.

H. Within 24 hours of concrete repair material placement, media blast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated.

I. After completion of all cleaning operations, blow-out excavations with oil-free and water-free compressed air. Previously cleaned excavations that are subjected to contamination must be re-cleaned.

J. The Owner will inspect excavations prior to coating reinforcing steel. Final touch- up of excavations and reinforcing steel shall be performed before proceeding.

K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat.

L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate.

M. Typically the day prior to concrete placement, using pressure washer, clean concrete substrate to clear pore structure of dust and debris. Allow to adequately dry prior to beginning concrete placement.

N. Just prior to material placement, blow-down area with oil-free compressed air to remove and debris and clean out pore structure.

O. Place Patch Material Type B in the excavations per manufacturer’s written instructions. Vibrate new patch material at vertical repairs to ensure consolidation in maximum-depth areas. Screed material flush with adjacent surfaces and finish with a light trowel.

P. After finishing, fog concrete surfaces with water using approved fog spray device

Concrete Repairs 030100 - 13 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

(hose not permitted) to prevent surface drying prior to start of curing.

Q. Cure Patch Material Type B in accordance with manufacturer’s written instructions.

3.5 EPOXY GROUT INSTALLATION PROCEDURE

A. Saw cut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be ¾ inch. Cut perimeter of removal area before beginning chipping hammer work.

B. Begin concrete removal at the center of the removal area and work towards the saw cut perimeter. Maintain vertical saw cut edge at perimeter. Resaw if necessary to maintain required edge.

C. Prior to epoxy grout placement, media blast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated.

D. Mix epoxy mortar using 2 parts epoxy and 1 part clean over dried silica sand.

E. Apply neat epoxy worked into substrate for positive adhesion. Immediately follow with application of the epoxy mortar. Follow manufacturer’s instructions for mixing and installation.

F. Do not allow traffic on epoxy mortar patch for a minimum of 24 hours.

3.6 FIELD QUALITY CONTROL

A. All excavations shall be inspected and approved prior to placing concrete. The Contractor shall notify the Owner 2 working days in advance of required inspection.

B. Notify the Owner at least 2 working days prior to placing concrete.

C. Site Tests for Ready Mixed Concrete:

1. The Owner will provide and pay for a testing agency to prepare and secure cylinders for off-site testing and perform on-site slump and air tests for concrete specified to be air entrained to insure compliance with Specifications.

2. The Contractor shall coordinate and arrange for the Owner's testing agency to perform all testing as specified for concrete overlay materials.

3. Age of concrete for testing for acceptance shall be 28 days.

4. Determine the slump (ASTM C143) for each batch of concrete to which superplasticizer is being added. This slump testing shall be by the Owner's testing agency.

Concrete Repairs 030100 - 14 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

5. Compression, slump and air content tests (for air-entrained concrete) shall be made on the first load of concrete delivered each day. Also, anytime during progress of the work where the Owner may request such a test due to the change in consistency or appearance of the concrete. The slump test for mixes in which superplasticizers are being added shall include two slump tests, one before and one after the addition of the superplasticizer.

6. Testing agency shall make compression tests as follows:

a. Mold four (4) specimens (cylinders) for each sample in accordance with ASTM C31-84 "Standard Method of Making and Curing Concrete Specimens in the Field." Lab cure all cylinders.

b. Make tests of lab cured cylinders, one (1) specimen at seven (7) days, two (2) at twenty-eight (28) days and one (1) for reserve. Tests shall comply with ASTM C39 "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens."

c. Report in writing all test results to Owner, and the Contractor on same day tests are made. Report by phone results of early break cylinders to both the Contractor and Owner, and report to the Owner via phone results less than the required strength. Written reports of tests shall contain the name of the project, date of placement, location of concrete placement, breaking strength and type of break, size of aggregates, unit weight per cu. ft. type of cement, types of admixtures, percentage of entrained air, slump and required strength.

d. If concrete strength test results do not exceed required 28 day strength, the Owner's acceptance of the affected area shall be in accordance with Paragraph 3.06 of ACI 301.

7. Air content tests shall be taken from each truck at the point of placement in addition to standard tests at the point of discharge.

8. Unless better definition of the placement location of the concrete is provided, the location in the work represented by a test or series of test shall be defined as the entire concrete placement for the work shift in question.

D. Acceptance of Structure:

1. Acceptance of Structure shall be in accordance with ACI 301 Chapter 18.

2. Contractor shall bear all costs of correcting rejected work, including the cost of Owner's services thereby made necessary.

3.7 CLEANING

A. Empty containers shall be removed from the Garage at the end of each working day. Cloths soiled with adhesive materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the

Concrete Repairs 030100 - 15 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

building at the end of each working day. Special care shall be taken in storage of disposal of flammable materials. Comply with health, fire and environmental regulations.

B. All spilled materials shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods.

C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation of adhesive materials installations.

D. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris.

END OF SECTION

Concrete Repairs 030100 - 16 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 07 – THERMAL AND MOISTURE PROTECTION SECTION 071800 VEHICULAR TRAFFIC MEMBRANE

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Epoxy/urethane vehicular traffic membrane system.

1.2 RELATED SECTIONS

A. Section 011000 – Summary of Work

B. Section 015600 – Barriers

C. Section 030100 – Concrete Repairs

D. Section 079000 – Expansion Joints

E. Section 079200 – Sealants

F. Section 321723 – Pavement Markings

1.3 DEFINITIONS

A. The term "manufacturer's recommendations”, or variations thereon it shall mean "manufacturer's recommendations which are found in publications available to and commonly used by the general architectural and consulting professions."

1.4 SUBMITTALS

A. Joint and Several Warranty Form meeting the requirements of Article 1.8.

B. Skid Resistance Addenda Form to Joint and Several Warranty meeting the requirements of Articles 1.8 and 3.4.

C. Bond Test Addenda Form to Joint and Several Warranty meeting the requirements of Articles 1.8 and 3.4.

D. Literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual.

E. 12" x 12" samples of each membrane system to be used. Sample shall be applied to plywood or similar rigid material.

F. 1/4-lb. (±) sample of aggregate type intended to be used. Provide two (2) samples, one sent to THP for record, and other sample sent to Membrane Manufacturer for laboratory testing and sieve analysis.

Vehicular Traffic Membrane 071800 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

G. Letter from Membrane Manufacturer stating sample aggregate was received, tested and reviewed, and is approved for use for the specified system and jobsite conditions. Letter shall include the following information:

1. Sieve or partical size analysis.

2. Grain Shape.

3. Hardness (Moh’s Scale)

4. Moisture Content (ASTM C-566)

5. Specific Gravity (ASTM C-128)

6. Bulk Density (ASTM C-29)

7. Chemical Analysis

H. If requested, copy of letter of approval per Article 1.5 Paragraph B.

I. If requested, resume per Article 1.5 Paragraph C.

J. If requested, letters of Certification per Article 1.5 Paragraphs E, F, and G.

K. Material Safety Data Sheets on all materials which are classified as hazardous materials.

L. Maintenance manuals with the following information.

1. Project name.

2. Project location.

3. Date.

4. Owner's name.

5. Coating system(s).

6. Drawings indicating the coating systems and their location in the structure.

7. Schematic drawing of each membrane type identifying each element of the membrane system by dry film thickness and manufacturer's reference number or name.

8. Recommendations for routine care and maintenance.

9. List of three (3) approved Contractors nearest the project location authorized to perform repairs.

10. Identify common causes of damage and instructions for temporary patching until permanent repair can be made.

Vehicular Traffic Membrane 071800 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

11. Upon completion of the Work and prior to final payment, provide a fully executed warranty.

1.5 QUALITY ASSURANCE

A. Applicable Codes:

1. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

2. If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

B. The membrane applicator shall be approved by the manufacturer and shall have been an approved manufacturer's applicator for the membrane products, as identified on the subcontractor supplemental proposal form, for a minimum of three consecutive years. If requested, the contractor shall provide written confirmation from the manufacturer within three calendar days of the request.

C. The membrane applicator and its superintendent shall meet the following minimum requirements:

1. Installed the approved membrane materials as identified on the Bid Form in a traffic membrane system in three previous similar projects. Each of the three projects shall have been a minimum of 20,000 square feet in size.

2. Installed the approved membrane materials as identified on the Bid Form in a traffic membrane system currently in use within the last two years.

D. Conform to the Field Quality Control requirements in Part 3 of this Section.

E. Membrane manufacturer to certify that aggregate specified is acceptable for use in the membrane system.

F. Membrane manufacturer to certify that sealants in contact with membrane are compatible with membrane system.

G. Membrane manufacturer to certify that substrate surfaces in contact with any component of the vehicular traffic membrane are compatible.

H. Field Samples:

Vehicular Traffic Membrane 071800 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

1. Prior to beginning surface preparation, prepare a sample area in the initial phase work area for the project to be used as the minimum standard of acceptability for cleanliness and surface texture to be achieved throughout the work. The area shall be at least 400 sq. ft. Size and location shall be as directed by the Engineer. The standard shall be jointly reviewed and approved by both the Engineer and the Manufacturer relative to Article 3.2 paragraph B.4 prior to start of full scale surface preparation work. The approved standard shall remain uncoated until all surface preparation work is completed.

2. After approval, the sample area shall be covered with 6 mil thick plastic sheets. Edges shall be continuously taped, as well as splices, and the perimeter shall be weighted down. The sample area shall be kept covered unless viewing is needed for comparative purposes or until final preparation for membrane application. Contractor shall monitor the area to insure the integrity of the covering. Neither foot nor vehicular traffic shall be allowed on the covering unless additional protective measures are taken to protect the cleanliness of the sample area.

I. Manufacturer’s Representation:

1. For installation of membrane materials, a technically competent employee of the membrane manufacturer, approved by the Engineer and not associated with the installation crew, shall be on site before and during the installation of the membrane system during the first Work Area plus one additional Work Area which reflects changing environmental conditions, if requested by the Engineer.

2. Application of the membrane shall not begin until the manufacturer’s technician has approved the cleanliness and surface texture of the substrate.

3. The technician shall remain on site for the length of time necessary to observe the installation of the total membrane system.

4. The technician shall review all Contract application techniques and procedures and shall advise the Contractor when, where and as required to obtain Specification compliance.

5. The Contractor and the membrane Manufacturer shall comply with the terms set forth in items 1 through 4 above at no additional cost to the Owner.

J. An employee of the applicator who has been trained by the membrane manufacturer on the installation of the approved membrane system shall be present during all applications of the membrane system.

K. Within twenty-four hours of application of membrane materials submit log required by Article 3.4 Paragraph F to Engineer.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number.

Vehicular Traffic Membrane 071800 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Only those materials being used during any one work shift may be stored in the current work area. Materials being used for shift work shall be uniformly distributed throughout the intended work area so as to not overload or otherwise distress the structural system. All other materials, if stored on site, shall be stored at the designated staging area.

C. Coating materials shall be kept sealed when not in use.

D. Storage and handling of materials shall conform to the manufacturer's requirements and the requirements of the applicable environmental protection and safety regulatory agencies.

E. Storage areas shall be heated or cooled as required to maintain the temperatures within the range recommended by the coating manufacturer.

F. The handling and use of toxic or flammable solvents shall conform to the requirements of the applicable safety regulatory agencies, recommended by the manufacturer.

1.7 JOB CONDITIONS

A. Existing membrane scheduled for recoating:

1. The existing membrane is BASF Conipur II in the parking stalls and Neogard FC system in the drive aisle. Only limited areas of the existing membrane appear to be debonded. Contractor to confirm areas of loose membrane prior to beginning new system installation.

B. Phasing of the traffic membrane installation is required. Refer to Drawings.

1.8 WARRANTY

A. Completed installation shall be warranted jointly and severally on a single document by manufacturer and applicator against defects of materials and workmanship. The length of the warranty period shall not be less than (5) years from the date of substantial completion of the Project.

B. Manufacturer and installer shall further warrant the skid resistance and bond strength of the installed systems. The test may be measured at any single location, and shall meet the specified criteria in Part 3, Article 3.4. The length of the warranty period shall not be less than five (5) years from the date of substantial completion of the Project.

C. Warranty documents shall not require the signature of the Owner to be effective, shall not limit the Owner’s legal remedies otherwise allowed per the project contract, and shall not limit the venue of any potential legal jurisdiction.

PART 2 PRODUCTS

2.1 APPROVED MANUFACTURERS

Vehicular Traffic Membrane 071800 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

A. Lymtal International

B. Neogard Corporation

C. Sika Corporation

D. BASF

2.2 MATERIALS

A. Epoxy/Urethane Vehicular Traffic Membrane System:

1. Epoxy/Urethane System by Lymtal International, comprised of:

a. Primer as specified in B.1.a or D.1.a, as appropriate. b. Base Coat as specified in B.1.a or D.1.a, as appropriate. c. Epoxy Intermediate Coat • Isoflex Epoxy 200. • Apply at 25 mils dry film thickness • Aggregate broadcast to saturation of wet epoxy; remove excess after full curing. d. Lock Coat • Isoflex 760AL. • Apply at manufacturer’s recommended rate.

e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas.

2. Epoxy/Urethane System by Neogard Corporation, comprised of: a. Primer as specified in B.2.a or D.2.a, as appropriate. b. Base Coat as specified in B.2.a or D.2.a, as appropriate.

c. Epoxy Intermediate Coat • Neogard 70714/15. • Apply at 25 mils dry film thickness. • Aggregate broadcast to saturation of wet epoxy; remove excess after full curing.

d. Lock Coat • FC7540/FC7964. • Apply at manufacturer’s recommended rate.

e. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas. 3. Epoxy/Urethane System by Sika, comprised of:

Vehicular Traffic Membrane 071800 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

a. Primer as specified in B.3.a or D.3.a, as appropriate. b. Base Coat as specified in B.3.a or D.3.a, as appropriate. c. Intermediate Coat • Sikadur 22 Lo-Mod Epoxy. • Apply at 25 mils dry film thickness. • Aggregate broadcast to saturation of wet epoxy; remove excess after full curing. d. Lock Coat • Sikalastic 745AL. • Apply at manufacturer’s recommended rate.

e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas.

4. Epoxy/Urethane System by BASF, comprised of: a. Primer as specified in B.4.a or D.4.a, as appropriate. b. Base Coat as specified in B.4.a or D.4.a, as appropriate. c. Intermediate Coat • Masterseal 350 Epoxy. • Apply at 25 mils dry film thickness. • Aggregate broadcast to saturation of wet epoxy; remove excess after full curing.

d. Lock Coat • Master Seal TC295. • Apply at manufacturer’s recommended rate.

e. Aggregate • Materseal 940 Aggreage #9. B. Individual steps of any systems inclusive of greater than 5 percent solvents by either weight or volume calculations shall require monitoring by a licensed industrial hygienist for fumes and odors within work areas, at open air intakes within 200 ft. of work areas, and inside occupied spaces adjacent to work areas. Credentials of licensed hygienist and a monitoring plan must be approved by the Engineer in advance of the start of any membrane work.

C. Membrane color shall be manufacturer's standard gray, unless otherwise indicated in the Documents.

D. Intermediate coat and lock coat materials shall be U.V. stable.

PART 3 EXECUTIONS

3.1 EXAMINATION

Vehicular Traffic Membrane 071800 - 7 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

A. Contractor and membrane manufacturer shall jointly review existing substrates (original concrete, past or new concrete repairs or overlays, past membrane or coating systems) to ensure compatibility with the specified membrane system. Submit in writing any materials which may cause membrane adhesion to substrate less than normally anticipated or other compatibility or performance difficulties. Failure to review and identify deleterious products/materials, and if failure of the membrane is a result of adhesion difficulties or chemical or physical incompatibilities with substrate materials, the Contractor and Manufacturer shall be responsible for all costs related to correcting the deficient Work. Manufacturer is bound to meet the above noted responsibilities equally with the Contractor regardless of the provisions of other agreements.

B. Inspect deck surface for any visibly distressed concrete. If encountered, chain drag area to determine extent of distressed or delaminated area and repair as indicated on the Drawings, and Specification Section 030100.

C. Examine areas for slab cracks to be routed and sealed.

3.2 PREPARATION

A. Protection:

1. Erect barriers and barricades to protect adjoining areas from dirt, steel shot and debris generated from this work. Refer to Section 015600.

2. Cover exposed drain grates during shotblasting/grinding operations. Recoat with approved rust inhibitive or galvanizing paint grates damaged by blasting operations. Similarly protect and recoat if necessary other, in place metal elements. Drains to be functional during non-working hours and during periods of inclement weather.

3. Cover exposed drain grates to protect from membrane material. Drains to be functional during non-working hours and during periods of inclement weather. Do not allow membrane material to enter drain piping system.

B. Concrete (General):

1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer.

2. Surface must be dry. New concrete shall be at least 28 days old and proven dry via mat tests, to be considered for membrane system installation without installation of a vapor barrier. Review manufacturer requirements relative to site conditions in advance of performing the work.

3. Surfaces shall be free from all traces of dirt, salt, grease, oil, asphalt, laitance, curing compounds, paint stripes, coatings and other foreign materials. Use manufacturer approved degreasing agents if necessary.

Vehicular Traffic Membrane 071800 - 8 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

4. Concrete surfaces shall be cleaned using shotblast equipment (with integral vacuum process) to achieve standard of cleanliness per Article 1.5 Paragraph G. The size of shot and travel speed of the equipment shall be chosen to provide a uniformly clean surface and profile; basis for bid must be two perpendicular normal speed passes, or one slow speed pass.

5. Areas which cannot be adequately cleaned by shotblasting shall be cleaned by grinding with accompanying vacuum procedures.

6. Surfaces that become contaminated by dirt or moisture after initial shotblasting or grinding, shall be cleaned again by shotblasting or grinding to manufacturer’s requirements at no additional cost to the Owner.

7. Minimum standard of acceptability applies to all surfaces intended to receive membrane regardless of surface preparation procedure or process.

8. The use of acids in surface preparation procedures and techniques is prohibited.

9. After completion of shotblasting/grinding, and prior to application of membrane materials, repair all scaled, freeze-thaw damaged and loose, pop-out areas, cracks and all damage made apparent by the shotblasting/grinding procedures, in a manner approved by the Engineer. Such repair work shall be part of the Base Bid without unit price adjustment. Areas requiring patching will be subject to re- shotblast or re-grinding where a patch exceeds one (1) square foot in area.

10. Grind all high spots or transition grind all depressions per details, and clean to manufacturer’s requirements.

C. Existing Membrane (Recoat):

1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer.

2. Locate and remove areas of deteriorated or debonded membrane.

3. Remove deteriorated membrane with approved procedures until sound, intact and well bonded membrane is achieved. Prepare concrete and install leveling per procedures outlined in Part 2, Article 2.2 Paragraph G.

4. All surfaces to be recoated shall be cleaned using shotblast equipment (with integral vacuum process) to achieve standard of cleanliness per Article 1.5 Paragraph G. The size of shot and travel speed of the equipment shall be chosen to provide a uniformly clean surface and profile.

5. Areas which cannot be adequately cleaned by shotblasting shall be cleaned by grinding with accompanying vacuum procedures.

6. Degrease all oil and other staining per the manufacturer’s recommendations.

Vehicular Traffic Membrane 071800 - 9 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

7. Detergent scrub and pressure wash clean existing membrane surfaces. Thoroughly rinse surfaces to assure all detergents and residual degreasing agents are flushed to drains.

D. Membrane Removal:

1. If existing membrane system scheduled to be removed, the criteria for acceptance are 0% of the existing membrane remaining on horizontal surfaces. 5% of the existing membrane may remain on the vertical curb faces with no area larger than 3 square inches.

2. The membrane removal is to be done with a dry cutting process only.

3. After removal, perform surface preparation the same as for Concrete, Part 3, Article 3.2 Paragraph B.

3.3 INSTALLATION

A. General:

1. Install materials in strict accordance with all safety and weather conditions required by product literature and Local, State and Federal regulations.

2. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. All potential avenues for penetration of fumes or dust into surrounding occupied areas shall be sealed prior to the start of the work.

3. All exposed membrane edges and termination details shall be taped to provide straight, neat edges.

4. Install base coat membrane materials on concrete surfaces only when concrete temperature has stabilized or is falling. Do not install base coat membrane on concrete surfaces when surface temperature is rising.

5. Install membrane materials only if the temperature of the surfaces to be coated is 5 degrees or higher than the dew point temperature measured at the job site.

B. Sealants - Refer to Section 079200.

C. Membrane:

1. Where necessary to locally level surfaces and after approval by Owner, install membrane leveling materials in depressed areas. Refer to Part 2, Article 2.2 Paragraph G.

2. Install detail coat 4" wide by 20 mil thick (dry film thickness) over properly primed cracks, caulked joints, joints between concrete pours, or leveling repairs, junctures and other locations in the membrane area which is a deviation from the nominal membrane plane, except where otherwise indicated by the Specifications or Drawings.

Vehicular Traffic Membrane 071800 - 10 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3. The membrane system shall turn up 4" at all vertical surfaces unless shown otherwise on the drawings. Detail coat is required at all turn-ups to vertical surfaces. Detail coat at turn-ups shall be the same as the detail coat required by Part 3, Article 3.3 Paragraph C.1.

4. Contractor shall ensure the specified/recommended application rates of all components of the membrane system. Base coat(s), intermediate coat, and lock coat of each application of the membrane system shall be distributed onto the deck by calibrated, notched squeegees. Squeegees showing signs of wear shall be discarded.

5. Contractor shall ensure specified/recommended application rates of liquid products on vertical or sloped surfaces by the use of non-sag grade materials or by multiple applications of material over previous applications which are fully cured.

6. Each fluid-applied component of the membrane system shall be back-rolled to properly distribute materials across the deck and eliminate squeegee marks.

7. Use of power rollers either to distribute the membrane system or to backroll squeegee marks shall not be permitted.

8. No vehicular traffic shall be allowed on membrane areas for at least 48 hours after completion of membrane installation. Provide extended cure time with no vehicular traffic exposure if temperatures fall below 50°F.

3.4 FIELD QUALITY CONTROL

A. Bond Test:

1. Bond tests of the installed membrane systems may be performed by the Engineer during and after the membrane work on this project. Tests shall be conducted using a calibrated instrument which measures in-place bond strength by applying a direct axial pull on a 3 inch diameter steel disk epoxied to the completed membrane top surface.

2. A membrane phase for the purpose of bond testing is an area of base coat installed in a single work shift. If examined, a membrane phase will be tested at (3) locations per phase no sooner than 10 days after completion of the entire membrane system and no sooner than 14 days if temperatures fall below 40F for two or more days. Contractor shall assume a total of 3 test locations in the Base Bid.

3. The acceptance criteria for initial tests of a Phase shall average bond strength of 200 psi for all locations, with no single location testing below 150 psi. Any Phase failing to meet the initial acceptance criteria may be retested at a later date by the Engineer. Retests of Phase shall include at least 4 separate test locations not sooner than 14 days after the initial tests. The acceptance criteria for retests of a Phase shall average bond strength of 200 psi for all locations, with no single

Vehicular Traffic Membrane 071800 - 11 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

location testing below 175 psi.

4. Any Phase failing to meet the initial test and retest acceptance criteria shall be considered "deficient" and shall be cause for the Contractor to execute or provide one of the following remedies:

a. Extend Standard Guarantee to include an additional 5 years (for a total of 10 years) on membrane system intercoat bond and bond to the concrete for the "deficient" areas.

b. Removal and replacement of the "deficient" area, including all necessary preparatory work and Engineering costs to coordinate and observe the work, at no additional cost to the Owner.

5. Any additional bond testing requested by the Contractor to limit the extent of the "deficient" area(s) as determined by initial tests and retests as defined above shall be paid for by the Contractor.

6. Contractor shall include as part of his proposal the costs of repairing all test locations.

B. Skid Test:

1. Prior to any membrane preparation work and after membrane installation, the Engineer may conduct tests to determine values of the static coefficient of friction between the coated and uncoated floor surfaces and the neoprene base of the Engineer's test equipment.

2. Determination of the coefficient of friction will consist of a series of individual tests for each surface type. The initial coefficient of friction is defined as the average of the tests performed on the concrete surfaces prior to membrane preparatory work. The final coefficient of friction is defined as the averages of the tests performed on each type of completed membrane system surface.

3. The final, average static coefficient of friction shall be a minimum of 0.85 under wet and dry conditions and equal to or greater than 110% of the initial coefficient of friction. No individual test area shall have a coefficient less than 0.80 or 95% of the initial coefficient of friction. Any membrane system that does not conform, as determined by the Engineer, to the specified acceptance criteria shall be subject to rework, upgrading or replacement of the deficient areas, including necessary preparatory work, at no additional cost to the Owner.

C. The Engineer may direct the Contractor to make test cuts in the membrane for testing purposes. Tests cuts shall be 2" x 2" and will be in partially-completed or fully- completed membrane. A maximum of 3 total tests per separate installation phase may be made. Contractor shall include as part of his Proposal the costs of taking test cuts as and where directed by the Engineer and the costs of patching test cut areas.

D. The Engineer will periodically monitor application rates of the membrane system individual components and will notify job foremen of discrepancies noted.

Vehicular Traffic Membrane 071800 - 12 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

E. The Contractor shall keep at the site and maintain in proper condition an adequate number (at least one per application crew) of wet film thickness gages and shall continuously use such to ensure the specified thickness of each membrane coat is uniformly maintained. The periodic monitoring of application rates per Article 3.4 Paragraph D shall not relieve the Contractor of the responsibility of verifying specified coating thickness.

F. Contractor shall provide information required by Part 3, Article 3.6.

3.5 CLEANING

A. Empty containers shall be removed from the project work areas at the end of each working day. Cloths soiled with coating that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health, fire and environmental regulations.

B. All spilled coating material shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods.

C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation for membrane application.

D. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dirt and debris.

(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)

Vehicular Traffic Membrane 071800 - 13 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3.6 MEMBRANE APPLICATION LOG FORM EXAMPLE

DAILY MEMBRANE APPLICATION LOG

Project:

Date: Time Start Time End

Work Area (Give Description)

Membrane Materials Applied Type and Quantity

Crew Size Size of Area Materials Applied (in Square Feet)

Temperature Data ( F) Start End Deck Air Relative Humidity (%) Dewpoint Note: Contractor shall estimate quarter points in time between the start and end of membrane application. Record air and deck temperatures at those times.

Superintendent's Signature:

END OF SECTION

Vehicular Traffic Membrane 071800 - 14 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 07 – THERMAL AND MOISTURE PROTECTION SECTION 079000 EXPANSION JOINTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Compressible expansion joint seal installation.

1.2 RELATED SECTIONS

A. Section 030100 - Concrete Repairs

B. Section 071800 - Vehicular Traffic Membrane

C. Section 079200 – Sealants

D. Section 321723 - Pavement Markings

1.3 SUBMITTALS

A. Joint and Several Warranty Form meeting the requirements of Paragraph 1.7.

B. Letter of inspection approving blockout or noting unacceptable conditions per Paragraph 1.4F.

C. Shop drawings of all expansion joint conditions, including typical section, factory manufactured splices and each termination detail.

D. Literature for manufactured products, including manufacturer's specifications, test data and installation instructions including temperature limitations and joint opening recommendations.

E. Letter of approval per Paragraph 1.4.B.

F. Prior project experience per Paragraph 1.4.C.

G. Joint System Sample per Paragraph 1.4.E.

H. Name and resume of persons per Paragraphs 1.4.D and 1.4.F.

I. Letter from expansion joint manufacturer per Paragraph 1.6.

1.4 QUALITY ASSURANCE

A. Applicable Codes:

1. The Contractor shall comply with all Federal, State and Municipal laws,

Expansion Joints 079000 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

2. If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govern, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

B. The expansion joint installer shall be approved by the manufacturer.

C. All work under this Section shall be performed by Contractors which have successfully performed at least three verifiable years of projects that are similar in magnitude and type to those involved in this Contract and three or more prior projects in a climate similar to that for this project.

D. All work under this Section shall be under the immediate control of the Contractor's non-working superintendent(s) experienced in this type of work. The person(s) shall have supervised three prior projects of similar magnitude and type, and shall be present during all operations. This person(s) shall be approved by the Owner.

E. The Owner may submit material samples to an independent testing laboratory for verification of material properties and/or conformance to performance standards.

F. A technically competent employee of the expansion joint manufacturer (not associated with the installation crew or Contractor) shall be present before and during the installation of the initial lengths of the joint system (minimum 50% of total joints) on this project. This person shall be approved by the Owner.

G. The expansion joint manufacturer and installer must inspect the completed block-outs prior to the start of new joint system installation. Unacceptable conditions must be reported, in writing, to the Owner prior to start of work. Starting installation of the new expansion joints constitutes acceptance of the completed block-out conditions.

1.5 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Deliver all materials to job site in sealed, undamaged containers. Each container shall be identified with materials' name, date of manufacture, lot and batch number.

B. Store materials when not in actual use in a place specifically assigned for that purpose which is well ventilated and lighted and not subject to direct sun rays. Materials shall be kept or packaged when not in use. Keep storage area neat

Expansion Joints 079000 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

and clean and secure from vandalism and theft.

C. Perform work in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction.

D. When toxic or flammable solvents are used, the seal installer shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies.

1.6 SEQUENCING

A. The expansion joint seal manufacturer shall provide a written procedure for installation of new expansion joint seals within 10 days after placement of cementitious material used for the modification of expansion joint block-outs and overlays.

1.7 WARRANTY

A. A warranty of five years shall be provided for new expansion joint seals. The installer shall maintain the joint in a safe, waterproof condition for the warranty period at no additional cost to the Owner.

PART 2 PRODUCTS

2.1 COMPRESSIBLE EXPANSION JOINT SEAL – TYPE B SYSTEM

A. Phyzite 380 with H.A.L.S. by Chase Construction Products

1. Seal size – 3-1/2” wide

PART 3 EXECUTIONS

3.1 GENERAL

A. Where scheduled for replacement, remove existing expansion joint systems and perform minor concrete repairs as required to perform the work. Refer to Drawings and Section 030100 as appropriate.

B. If found, remove styrofoam or any other form of joint filler material in expansion joint openings.

C. Cure all expansion joint system nosing and adhesive materials in accordance with manufacturer's recommendations. Allow nosing to cure for minimum time period based on temperature conditions required by the manufacturer. Verify nosing and adhesive material is cured, prior to allowing vehicular traffic across the joint. Use traffic plates if necessary, temporarily anchor to the deck side of the joint, to accommodate traffic.

Expansion Joints 079000 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

D. Accelerated curing by heating of nosing and adhesive material is not permitted.

E. Do not install seals or associated materials over or on wet substrate materials.

F. Cease installation of seals under adverse weather conditions, or when temperatures (deck or ambient) are outside the allowable temperature limits.

G. Install seals as soon during the Work as substrate temperatures permit.

3.2 NEW COMPRESSIBLE EXPANSION JOINT SYSTEM INSTALLATION

A. Preparation of concrete joint openings:

1. Where appropriate, perform all necessary repairs to establish consistent joint openings across the entire deck surface. Use manufacturers approved epoxy based repair materials for minor joint edge or block-out repairs, or alternative concrete repair materials for larger repair areas. Refer to Specification Section 030100.

2. Rout and seal adjacent construction joints or cracks that intersect the block- out for a length of 8 inches. Refer to Specification Section 079200.

3. Grind and vacuum clean all concrete surfaces to be in contact with seal system no sooner than 24 hours before seal installation. Contact surfaces shall be clean, dry and sound. Re-grinding is required if contact surfaces become contaminated after the initial blasting. This includes contamination by rainwater runoff. Wet sand blasting followed by adequate drying is approved if conditions warrant, as approved by manufacturer.

4. Coordinate preparation procedures to avoid damage to vehicles on levels below or adjacent to work area. Remove all dirt and debris from joint opening and adjacent floor areas on both levels immediately after work is complete.

B. Seal Installation:

1. Install new seal per manufacturer’s installation instructions. Perform work during coolest portion of day, typically in the middle of the night. Complete work at least 4 hours prior to anticipated rising deck temperatures. Cease installation of joint system under adverse weather conditions.

2. Install manufacturer’s approved adhesive or bonder to compression seal and concrete, nosing or metal surfaces which will be in contact.

3. Install seals per manufacturer’s installation instructions.

4. Install the seals in continuous lengths with no splices in the horizontal plane of the seal. Recess seals slightly from adjacent floor surfaces.

5. Turn seals up onto and across curbs and up 4 inches at adjoining vertical wall and column surfaces. Vertical installation to be flush with adjoining wall and column surfaces.

Expansion Joints 079000 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

6. As appropriate, provide heat welds or adhesive at direction changes from horizontal to vertical. Execute welds per manufacturer’s requirements.

7. Before installation, test splices with a 150# axial tension load.

8. Seal splices at end conditions as recommended by the manufacturer if those conditions are not shown on the Drawings.

9. Install any supplemental cap seal materials in the same work shift, or no later than the next day if no inclement weather is predicted.

3.3 CLEAN-UP

A. During the progress of the Work, remove from the project all discarded materials, rubbish, cans and rags.

B. Clean all surfaces of drops or spills of nosing materials with manufacturer approved solvents which are not deleterious to the concrete surface.

C. All hardware, adjacent floor areas, metal work, etc., and the premises shall be lift clean and free of all construction dirt and debris. This includes the removal of debris from pipes, etc., which resulted as part of the construction process.

D. Empty containers shall be removed from the building at the end of each working day. All cloths soiled with solvent or other materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health and fire regulations.

END OF SECTION

Expansion Joints 079000 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 07 – THERMAL AND MOISTURE PROTECTION SECTION 079200 SEALANTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Cove joint sealants

B. Miscellaneous sealants

1.2 RELATED SECTIONS

A. Section 012100 – Allowances

B. Section 030100 - Concrete Repairs

C. Section 071800 - Vehicular Traffic Membrane

D. Section 321723 – Pavement Markings

1.3 DEFINITIONS

A. Where the term "manufacturer's recommendations," or variations thereon, are found in this Specification, it shall mean "manufacturer's recommendations which are found in publications available to and commonly used by the general architectural and consulting professions."

1.4 SUBMITTALS

A. Copies of literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual.

B. Letter per Paragraph 1.5.B.

C. Resume of contractor superintendent or employee per Paragraph 1.5.D.

D. Manufacturer's certification per Paragraphs 1.5.F.

E. Proof samples of sealants intended to be installed per Paragraph 1.5.G.

F. If requested, Field samples of sealants installed on site per Paragraph 1.5.H.

G. Material Safety Data Sheets on all materials which are classified as hazardous materials.

H. Upon completion of the Work and prior to final payment, provide written recommendations for routine care and maintenance. Provide list of three Contractors nearest the project location who are qualified to perform repairs to

Sealants 079200 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

the sealants. Identify common causes of damage and include instructions for temporary patching until permanent repair can be made by qualified personnel.

I. Upon completion of the Work and prior to final payment, provide a fully executed warranty.

1.5 QUALITY ASSURANCE

A. Applicable Codes:

1. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govern, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

B. The sealant installer must be acceptable to the manufacturer. Provide written confirmation that the intended sealant installer is acceptable to the manufacturer.

C. The Contractor shall review locations where joint sealant work is specified, and shall submit in writing existing conditions and newly specified details which would cause sealant material to fail. Failure to review existing conditions or identify details or procedures which will cause failure of sealant material to perform as specified, the Contractor shall become responsible for all costs relating to correcting the deficient work, including all direct and indirect costs to the Owner.

D. The Contractor's superintendent, or another technically competent employee of the Contractor approved by the Owner and Manufacturer, shall be on site and supervise installation of all sealant on this project. Sealant identified as being installed not under the direct supervision of this person shall be subject to removal and replacement, at the direction of the Owner. This person identified for supervision of the work shall have supervised at least three prior projects of similar magnitude and type.

E. The Owner may, at his discretion, choose to remove up to a six-inch length of sealant in locations at a time after installation and initial curing of sealant to verify installation as specified. The Contractor shall include in his Bid the costs to repair one such location for each 100 ft. of sealant installation. If inspections of these locations by the Owner reveal deficient installation of sealant, the Owner may remove additional sealant to further quantify the length of deficient sealant. The Contractor shall repair all deficient locations of sealant found by the Owner at no additional cost and no extension of time for the work.

F. Sealant materials shall be certified to be compatible by the manufacturer for use with the membrane system.

G. Proof Samples of all sealant materials used on the job site shall be prepared in

Sealants 079200 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

advance of the work by the Contractor and submitted to the Owner for purposes of testing and examination. Samples shall be manufactured with a unit of material from the first batch intended for use on the project. Samples (4 total) shall be at least 2 inch x 2 inch square and 1/2 inch thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location of preparation.

H. The Owner may, at his discretion, direct the Contractor to prepare and submit Field Samples of sealant materials used on the job site during the work. Samples shall be manufactured on site, from a unit of material from the same batch in use that day. Samples (2 total) shall be at least 2 inch x 2 inch square and 1/2 inch thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location on the project where the sealants represented in the samples were installed. Up to three sets of Field Samples may be requested on this project in the Base Bid.

1.6 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number.

B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner.

C. Sealant materials shall be kept sealed when not in use.

D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies.

E. Storage areas shall be heated or cooled as required for maintaining the product temperatures within the range recommended by the manufacturer.

1.7 PROJECT CONDITIONS

A. Install sealant materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction.

B. Fumes and debris shall be controlled to prevent harmful or undesirable effects in surrounding areas.

C. When toxic or flammable solvents are used, the Contractor shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies.

1.8 SEQUENCING

A. Install sealants after any required concrete repairs.

Sealants 079200 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Install sealants after adequate cure of concrete repairs. Confirm required cure time with sealant manufacturer.

C. Install all sealants prior to installation of membrane systems.

1.9 WARRANTY

A. New exposed sealant work shall be warranted for a period of five years against defects due to installation or material deficiencies, including but not limited to excessive softness, excessive entrapped air in cured cross sections, disbonding, cohesive failure, leakage and ultra violet exposure degradation.

B. Sealant work under membrane systems shall be warranted as part of and included in the membrane system guarantee. Refer to Section 071800.

PART 2 PRODUCTS

2.1 CRACK AND JOINT SEALANTS

A. Multi-component, unmodified, polyurethane. Approved products manufacturers include:

1. Sika 2c NS-TG/SL by Sika Corp.

2. Dymeric 240FC by Tremco, Inc.

3. Isoflex 880/881 by Lymtal International.

B. Minimum compression or extension of 25% of the nominal joint width without adhesive or cohesive failure.

C. Primer(s) as recommended by sealant manufacturer for each substrate.

D. Sealants in areas to be coated with membrane per Section 071800 shall be gun grade (non-sag) unless otherwise noted on the Drawings or in this Section.

E. Cove sealants shall be gun grade (non-sag).

F. Backer Rod or Bond Breaker Tape: Backer Rod shall be closed-cell, polyethylene in sizes to maintain 25 percent compression. Backer rod shall not be used except where indicated on the Drawings or unless approval for each intended application location is obtained from the Owner. Alternative use of bond breaker tape in size appropriate for the width of joint and approved for use by the sealant manufacturer will be allowed on a case-by-case basis.

G. For joint edge repairs refer to Specification Section 030100.

PART 3 EXECUTIONS

3.1 GENERAL

Sealants 079200 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

A. Remove existing sealants in joint cavities, coves and other locations and clean surfaces to remove residue. Rout any new joint cavities scheduled for new sealant. Grind and vacuum clean all joint cavities, coves and other locations scheduled for new sealant as required by the sealant manufacturer within 24 hours of sealant installation.

B. Primer shall be used for all sealant installations regardless of manufacturer’s requirements, unless a letter from the manufacturer states use of a primer is detrimental. Allow primer to cure per manufacturer’s recommendation prior to sealant installation.

C. Joint cavities that become contaminated by dirt or moisture after initial preparation, shall be cleaned again at no additional cost to the Owner.

D. Modify the depth of existing joints by additional routing or positioning of backer rod to maintain a width to depth ratio of 2 to 1 unless otherwise noted on the drawings. At no location is the sealant width allowed to exceed 1-1/2".

E. In areas indicated on the Drawings or otherwise directed by the Owner, remove existing failed and deteriorated sealant, all existing cove sealants and existing sealants to be covered by urethane traffic membrane.

F. Reinstall new sealant where existing sealant is removed. Refer to Article 3.2 for new sealant installation requirements in membrane areas and Article 3.3 for repair sealant requirements.

G. Where necessary, square up joint edges and execute repairs with epoxy repair mortar in accordance with manufacturer's recommendations.

H. Rout cracks per details in surfaces at locations directed by the Owner.

I. Rout joints per details.

3.2 NEW SEALANT

A. Refer to Article 3.1 for joint cavity preparation requirements.

B. Clean joint cavity and apply primer as recommended by the sealant manufacturer.

C. Install backer rod or bond-breaker tape where required. Vary size of backer rod if necessary based on field conditions per Article 2.1.F or Article 2.2.F.

D. Install sealant as indicated in details on the Drawings.

3.3 JOINT EDGE REPAIRS

A. Identify joint edge spalls which are too large to be filled with new sealant. Review repair locations with Owner in advance of the work.

B. Square edges of spall with diamond blade as indicated on Drawings.

Sealants 079200 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

C. Clean cavity per Article 3.1.

D. Mix epoxy and clean, dry sand to form grout material, and install per Specification Section 030100.

E. Allow for cure prior to sealant installation.

3.4 MISCELLANEOUS SEALANTS

A. Install miscellaneous sealants around drains, pipe penetrations in floors, and elsewhere. Install per Article 3.2 and as indicated on the Drawings.

3.5 CLEAN-UP

A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags.

B. All sealant material and drops shall be completely removed from hardware, adjacent floor areas, metal work, etc., and the premises shall be left clean and in orderly condition.

C. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dirt and debris. This includes removal of all debris from pipes, etc., which resulted from work specified herein.

D. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation for sealant installation. Refer to Section 321723.

E. Empty containers shall be removed from the garage at the end of each working day. All cloths soiled with coating that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health and fire regulations.

END OF SECTION

Sealants 079200 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 9 – FINISHES SECTION 099100 HIGH PERFORMANCE COATINGS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes:

1. All labor, material, equipment, special tools and services required to clean and/or prepare surfaces and apply new coatings, as required by the Drawings and this Specification, including but not limited to the following:

a. Surface preparation, priming, and coating or finishing of concrete surfaces as indicated on drawings.

B. Related Sections:

1. Barriers – Refer Section 015600.

2. Concrete Repairs – Refer Section 030100.

1.2 REFERENCES

A. ASTM D 16 – Terminology Related to Paint, Varnish, Lacquer, and Related Products.

B. The Society for Protective Coatings (SSPC): SSPC-SP 1 – Solvent Cleaning.

C. The Society for Protective Coatings (SSPC): SSPC-SP 2 – Hand Tool Cleaning.

D. The Society for Protective Coatings (SSPC): SSPC-SP 3 – Power Tool Cleaning.

E. The Society for Protective Coatings (SSPC): SSPC-SP 6/NACE 3 – Commercial Blast Cleaning.

F. The Society for Protective Coatings (SSPC): SSPC-SP 13/NACE 6 – Surface Preparation of Concrete.

1.3 DEFINITIONS

A. "Coating" as used herein means all paint systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats.

B. “Dry Film Thickness” as used herein means the thickness of a coat in a fully cured state measured in mils (1/1000 inch).

C. “Well-adhered” as used herein means materials that cannot be removed by lifting with a dull putty knife.

High Performance Coatings 099100 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

1.4 SUBMITTALS

A. Submit manufacturer's technical information including coating label analyses and application instructions.

B. Submit complete line of manufacturer’s color samples for each product.

C. Letter of approval per Paragraph 1.6.A.

D. Prior project experience per Paragraph 1.6.B.

E. Name and resume of persons per Paragraph 1.6.C.

F. Manufacturer’s sample warranty.

1.5 QUALITY ASSURANCE

A. The contractor shall be a certified installer by the manufacturer.

B. The contractor shall be approved by the manufacturer and shall have no less than (5) years experience in performance of similar work in size and complexity.

C. All work under this Section shall be under the immediate control of the Contractor's superintendent(s) experienced in this type of work. The person(s) shall have supervised three prior projects of similar magnitude and type, and shall be present during all operations. This person(s) shall be approved by the Owner.

D. Regulatory Requirements:

1. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

E. Provide access to work area for Owner representative or Engineer to inspect quality of work, progress, unit price items and field conditions. Access to be completed during normal working hours. If access requires mechanical equipment (man-lift, swing stage, etc.), provide necessary operators.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label, and following information:

1. Name or title of material.

2. Fed. Spec. number, if applicable.

High Performance Coatings 099100 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3. Manufacturer's stock number and date of manufacture.

4. Manufacturer's name.

5. Contents by volume, for major pigment and vehicle constituents.

6. Thinning instructions.

7. Application instructions.

8. Color name and number.

B. Storage and Protection:

1. Protect materials in a dry place, off ground and under cover to protect them from moisture and other damage.

2. Do not use materials showing evidence of water or other damage.

3. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies.

4. Storage areas shall be heated or cooled as required to maintain the temperatures within the range recommended by the manufacturer.

1.7 PROTECTION

A. Place coating or solvent soaked rags, waste, or other materials which might constitute a fire hazard in metal containers and remove from premises at the close of each day's work.

B. Protect the work of all other trades against damage, marking or injury by suitable covering during the progress of the coating and finishing work. Repair any damage done.

C. Protect and filter debris and chemicals from entering storm drains. Direct water runoff from all cleaning processes to the filtration system before allowing it to enter the storm drain system.

D. During all cleaning operations, coordinate drain protection with the local municipality.

1.8 PROJECT CONDITIONS

A. Environmental requirements:

1. Install coating materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction.

2. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. Do not allow fumes, dirt, dust or debris to enter building.

High Performance Coatings 099100 - 3 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3. When toxic or flammable solvents are used, the Contractor shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies.

4. Apply water base coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 Deg. F. (10 Deg. C.) and 90 Deg. F. (32 Deg. C.), unless otherwise permitted by coating manufacturer's printed instructions.

5. Apply solvent-thinned coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 45 Deg. F. (7 Deg. C.) and 95 Deg. F. (35 Deg. C.), unless otherwise permitted by coating manufacturer's printed instructions.

6. Do not apply coating in snow, rain, fog or mist; or when relative humidity exceeds 85 percent or to damp or wet surfaces unless otherwise permitted by coating manufacturer's printed instructions.

7. Apply coating to surfaces that are cured and dry per manufacturer’s tolerances.

1.9 WARRANTY

A. Coating System Warranty:

1. The applicator shall furnish a (5) year warranty to the Owner for all types of new coating installed. New coating work shall be warranted against defects due to installation, including but not limited to debonding and inadequate preparation.

a. All required testing and quality assurance operations necessary to furnish warranty are Contractor and manufacturer’s responsibility.

b. All required testing and quality assurance operations necessary to furnish warranty are Contractor and manufacturer’s responsibility.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Sherwin Williams.

2.2 MATERIALS

A. No lead-based products are permitted.

B. Use no thinners other than those specified by manufacturer.

C. Use only paints and coatings that are compatible with concrete and previously coated surfaces.

High Performance Coatings 099100 - 4 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

D. Use only primers and undercoats that are suitable for each surface to be covered and that are compatible with finish coating required.

E. Notify Engineer in writing of any anticipated problems in using coating systems specified on existing substrates.

F. Provide cleaners for removal of loose paint, dirt, and pollutants; which are compatible with all primers, intermediate coats, and finish coat. Thoroughly rinse all clean agents before applying primer or finish coats. Pre-approve cleaning agents with paint manufacturer.

G. All products must be provided by a single manufacturer.

2.3 MATERIALS AND PROCEDURES

A. General Cleaning Requirements

1. All existing garage area drains shall be clear and protected prior to beginning any work.

2. All biological growth must be removed prior to coating.

3. All efflorescence, lime run, and surface contaminants should be removed prior to application of new coating.

4. If previously coated, existing coating must be adhered to the substrate per the manufacturer’s requirements. Manufacturer shall approve the surface preparation and existing conditions before the contractor applies coating to ensure the product warranty will be honored.

B. Concrete: materials and procedures are listed in order of process/application. Apply per manufacturers recommendations.

1. Surface Preparation:

a. SSPC-SP13 – Low pressure, warm water cleaning.

b. Cleaner: Provide cleaners for removal of soot, dirt, and pollutants; which are compatible with all primers, intermediate coats, and finish coat. Thoroughly rinse all clean agents before applying primer or finish coats.

2. Approved manufacturer’s systems:

a. Sherwin Williams:

1) Conditioner: Loxon Conditioner

2) Primer: Loxon Concrete & Masonry Primer – One (1) Primer coat. Application rate recommended by the manufacturer to achieve a total dry film thickness of 4.0-6.0 mils.

High Performance Coatings 099100 - 5 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

3) Finish Coats: Loxon XP – Two (2) Finish coats. Application rate recommended by the manufacturer to achieve a total dry film thickness of 6.0-7.5 mils per coat.

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine surfaces intended to receive coatings and note conditions or defects that will adversely affect the execution and/or quality of the work.

B. Starting of cleaning and coating work will be construed as applicator's acceptance of surfaces and conditions within any particular area.

C. Notify Owner in writing of any such conditions or defects. Do not begin work until unsatisfactory conditions are corrected. Failure to notify Owner prior to beginning work constitutes acceptance by Contractor of the surfaces and conditions under which the work is to be performed, and acceptance by Contractor for the performance of the work.

3.2 PREPARATION

A. Protection

1. Provide adequate protection of all surrounding surfaces not intended to receive coating from damage due to preparation, cleaning or coating procedures. Repair damage at no cost to the Owner.

2. Program coating so that construction dirt, dust, and debris will not fall onto wet, newly coated surfaces.

3. When toxic or flammable solvents are used, the coating contractor shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies.

4. Provide the necessary protection to contain all dust, dirt, debris and coating chips within work area. Do not allow to migrate into building interior spaces or storm drain system.

5. Provide "Wet Paint" signs as required to protect newly coated finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of coating operations.

B. Surface Preparation

1. Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions and as herein specified, for each particular substrate condition.

High Performance Coatings 099100 - 6 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

2. Remove all surface contamination such as chalk, loose coating, mill scale dirt, foreign matter, rust, rust stains, mold, mildew, mortar, efflorescence, weld splatter and slag, and sealers from surfaces to be coated.

3. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish-coated, or provide surface-applied protection prior to surface preparation and coating operations. Remove, if necessary, for complete coating of items and adjacent surfaces. Following completion of coating of each space or area, reinstall removed items.

4. Prepare hair line cracks (1/64” or less) per manufacturer’s instructions. Reference the Details to repair cracks larger than 1/64”.

C. MATERIALS PREPARATION

1. Mix and prepare coating materials in accordance with manufacturer's directions.

2. Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. Continuously agitate zinc-rich primers.

3. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing and application of coating in a clean condition, free of foreign materials and residue.

3.3 APPLICATION

A. General:

1. Apply coating in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied.

2. Apply additional coats when undercoats, stains, or other conditions show through final coat of coating, until coating film is of uniform finish, color, and appearance. Give special attention to insure that surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces.

3. Generally, coating surfaces behind movable equipment same as similar exposed surfaces. Coating surfaces behind permanently-fixed equipment or furniture with prime coat only before final installation of equipment.

4. Do not coat over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable coating film.

B. Scheduling Coating:

1. All caulking and sealants (except silicones) shall be in place and thoroughly cured prior to application of coatings.

High Performance Coatings 099100 - 7 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

2. Apply first-coat material to surfaces that have been cleaned, pretreated, or otherwise prepared for coating as soon as practicable after preparation and before subsequent surface deterioration.

3. Allow sufficient time between successive coatings to permit proper drying. Do not recoat until coating has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat of coating does not cause lifting or loss of adhesion of the undercoat.

4. Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate to establish a total dry film thickness as indicated.

C. Application:

1. Apply prime coat of materials which is required to be coated or finished, and which has not been prime coated by others.

2. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects due to insufficient sealing.

3. Pigmented (Opaque) Finishes: Complete cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable.

4. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish, or recoat work not in compliance with specified requirements.

3.4 CLEANING

A. During progress of work, remove from site discarded coating materials, rubbish, cans, and rags at end of each work day.

B. Upon completion of coating work, clean window glass and other coating-spattered surfaces. Remove spattered coating by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces.

3.5 SCHEDULES

A. Coating colors shall be as indicated below:

1. Color to be selected by Owner.

END OF SECTION

High Performance Coatings 099100 - 8 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

DIVISION 32 - SITE WORK SECTION 321723 PAVEMENT MARKINGS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Line striping.

1.2 RELATED SECTIONS

A. Section 030100 - Concrete Repairs

B. Section 071800 - Vehicular Traffic Membrane

C. Section 079200 – Sealants

1.3 SUBMITTALS

A. Manufacturer product data sheets.

B. Manufacturer produced written verifications per Article 1.4.

1.4 QUALITY ASSURANCE

A. Applicable Codes:

1. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

2. If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govern, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed.

B. Pavement marking manufacturer shall verify that the pavement marking media is compatible with the vehicular traffic membrane system.

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material name, date of manufacture and batch number.

Pavement Markings 321723 - 1 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner.

C. Marking materials shall be kept sealed when not in use.

D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies.

E. Storage areas shall be heated or cooled as required maintaining the temperatures within the range recommended by the manufacturer.

1.6 WARRANTY

A. The Contractor shall warrant the pavement marking media from chipping and peeling for a period of two years.

PART 2 PRODUCTS

2.1 MATERIALS – PAINT

A. Acrylithane HS2 by Neogard

B. Color to be selected by the Owner.

PART 3 EXECUTIONS

3.1 EXAMINATION

A. The Contractor, prior to existing pavement marking removal, shall make drawings, take photographs, establish reference lines or perform other documentation necessary to ensure that existing pavement marking layout is duplicated upon completion of the Work specified in this Section.

3.2 APPLICATION

A. New Pavement Markings:

1. Paint shall be applied within 36 hours of completion of membrane top coat in accordance with the manufacturer's specifications and written instructions.

2. The surface to be painted shall be clean and dry, free of dirt, debris and other loose materials.

3. Paint shall be spray applied in 2 solid coats with no thin or bare spots in either coat.

4. New pavement markings shall be straight and neat. Striping shall be geometrically accurate and uniform throughout the garage. Discrepancies shall be corrected at no additional cost to the Owner.

5. Pavement marking work shall be coordinated with membrane work. Perform pavement marking on membrane systems only after the systems have cured

Pavement Markings 321723 - 2 1916 Central Parkway Garage Concrete and Waterproofing Repairs June 2018 THP#18265.00

sufficiently as recommended by the system manufacturer.

6. Traffic shall not be permitted on new pavement markings until media has properly cured per manufacturer's requirements.

7. New pavement markings shall line up with existing markings on vertical surfaces; otherwise, Contractor shall remove and replace markings on vertical surfaces.

3.3 CLEAN-UP

A. After each day’s work, remove containers, rubbish and rags.

B. Remove drips, overspray and spillage of material from all surfaces.

END OF SECTION

Pavement Markings 321723 - 3