A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department

Similar documents
Solicitation FA441718R0003 Attachment 3

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

Prevailing Wage Rates (No Fringes)


Alabama State Port Authority. Description

ATTACHMENT E INSURANCE REQUIREMENTS


San Juan County, New Mexico

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

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached)

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

Winnebago County Housing Authority

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex,

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper,

2018 Pipelines Water and Sewer Construction Contract Pkg I

Invitation to Bid Hogan House Historic Painting Project

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $

General Decision Number: CO /26/2013 CO13. Superseded General Decision Number: CO State: Colorado. Construction Type: Heavy

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501

Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

March 11, C. In Part C of the IFB, delete Paragraph 9B, Reciprocal Local Preference, in its entirety.

B. Instructions for Bidders:

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS

The City of Johnson City, Mayor Dawn Capra (date) November 17, 2016

Klamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: KTHD Congregate Fire Rehab, 502 Charley Ave.

FIRE STATION 35 CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

Competitive Quotes Request (Construction)

INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

Overview of Davis-Bacon Wages

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING

SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS

415 E. INDEPENDENCE TULSA, OK (918) PROJECT MANUAL FOR IFB # DRAINAGE REMEDIATION

San Angelo Regional Airport Baggage Handler Maintenance

FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) A COMMUNITY DEVELOPMENT BLOCK GRANT PROJECT (CDBG) A BOILER PLATE (GUIDE) FOR

Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL

Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order

415 E. INDEPENDENCE TULSA, OK (918) PROJECT MANUAL FOR IFB ROOF REPLACEMENT PHASE VIII

ADDENDUM No. 1 LRT MPOT RFP NUMBER: POTHOLING SERVICES FOR MESA EXTENSION. ADDENDUM NO: 1 DATE: July 28, 2010

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS Tete Bayou Equalization Basin Levee Repairs for the City of New Iberia & IPSD #1

Wage and Fringe Benefits Settlements Analysis

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC

CITY OF BATTLE CREEK PURCHASING REQUEST FOR PROPOSALS NO R PAGE 1

REQUEST FOR BID- (RFB) - Quest, Inc.

Maryland Apprenticeship Training Fund Law

.z:> By: Dan Tadic, P.E. Acting Public Works Director

County of Ingham. Invitation for Bids (IFB) Packet # Shift Door Replacements in the Feline & Primate House at Potter Park Zoo

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

SECTION NOTICE INVITING BIDS

FLORIDA DEPARTMENT OF TRANSPORTATION

UNIVERSITY OF MASSACHUSETTS BUILDING AUTHORITY

DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA

FEDERALLY FUNDED ONLY CONSTRUCTION CONTRACTS SPECIAL PROVISIONS DIVISION A - LABOR May 17, 2006

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

AGENDA. PRE-BID / SITE VISIT MEETING November 29, :00 PM. Project Number: Project Name: DeLand NGA Roof and Waterproofing DeLand, Florida

TABLE OF CONTENTS - ADDENDUM NO. 3

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

Please make the following changes in your copy of the bid proposal for the captioned project:

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

AIA Document A101 TM 2007

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST. Project # NG Armory Roof Replacement Sarasota, FL

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

P360 Electrical Substation SOW #0025, Work Order # SC & GA MACC N D-1779/80/81/82/09-D-1760 REQUEST FOR PROPOSAL NUMBER SOW #0025

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

AGENDA. MANDATORY PRE-BID/ SITE VISIT MEETING July 24, 2018 (10:00 AM)

Circle B Farms Septic System and Driveway Bid Documents August 13, 2014 CONTENTS SECTION I INSTRUCTIONS TO BIDDERS

General Contract Conditions for Small Construction/Development Contracts

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY REQUIREMENTS FOR FEDERALLY FUNDED PROJECTS

Merritt College Science Building Site Paving

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

City of Detroit Detroit, Oregon

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

CONSTRUCTION CONTRACT RIDER

Domestic Water Meter Installations at Campus Perimeter Washington State University Pullman, WA Project Manual

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADVERTISEMENT FOR BIDS

Labor Compliance Certification Program Audit Process I Presented by Elvis Tran & Cynthia Hernandez

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

AGENDA. PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am. Project# UTES Life Cycle Maintenance Avon Park, FL

26 CFR : Reimbursements and other expense allowance arrangements. (Also Part I, 62.) Rev. Proc

C 051 Engr s Letter to Owner Concerning Bonds and Insurance. Provisions added for the use of a Warranty Bond

Mt. Diablo Unified School District Purchasing Department 2326 Bisso Lane Concord, CA (925) , ext (925) fax

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

AIA Document A101 TM 2007

Fair Wage Policy for ICI Contracts

Transcription:

DOCUMENT 00 91 13 ADDENDUM 1 1.1 PROJECT INFORMATION A. Project Name: Water System Automated Meter Reading Program B. Owner: City of Florence Alabama Water & Wastewater Department C. Project Number: FL-1330 D. Engineer: Engineers of the South E. Date of Addendum: March 13, 2014. 1.2 NOTICE TO BIDDERS A. This Addendum is issued to all registered plan holders pursuant to the Conditions of the Contract. This Addendum serves to clarify, revise, and supersede information in the Project Manual, Drawings, and previously issued Addenda. Portions of the Addendum affecting the Contract Documents will be incorporated into the Contract by enumeration of the Addendum in the Owner/Contractor Agreement. B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form. Bidders must also acknowledge receipt by e-mail to Craig@EngineersoftheSouth.com before the Bid Opening. C. The date for receipt of bids is unchanged by this Addendum, at same time and location. 1.3 REVISIONS TO DIVISION 00 PROCUREMENT REQUIREMENTS AND CONTRACTING REQUIREMENTS A. Section 00 11 13 Advertisement for Bids 1. Paragraph 5, Last sentence Delete and replace with the following: A MANDATORY Pre-Bid Conference for this Project is scheduled for 1:30 p.m., February 27, 2014, at the City Municipal Auditorium, 110 West College Street, Florence, Alabama. B. Section 00 43 22 Unit Prices Form 1. Item 14 3/4 Copper Service Lateral Replacement Delete in its entirety. Contractors shall write in zero (0) dollars for this item in the Unit Prices Form. 2. Item 15 1 Copper Service Lateral Replacement Delete in its entirety. Contractors shall write in zero (0) dollars for this item in the Unit Prices Form. C. Section 00 43 24 Basis of Payment 1. Item 10 Handheld Collection Systems Add the following at the end: This bid item shall include one multi-dock for Ethernet connectivity and charging for 5 units. 2. Item 11 Mobile Data Collection Systems Add the following at the end: March 13, 2014 Page 1 of 4 Section 00 91 13 FL-1330 Water System AMR Program Addendum 1

This item shall include one handheld collector per each and be in addition to the handhelds listed in Bid Item 10. 3. Item 13 Meter Box Replacement, second sentence Delete and replace with the following: This bid item shall be used in conjunction with Bid Items 2 and 3 to completely replace a 5/8 x 3/4 meter and meter box assembly when field conditions warrant the need and it is approved in advance by the Owner and/or Engineer. 4. Item 14 3/4 Copper Service Lateral Replacement Delete in its entirety. 5. Item 15 1 Copper Service Lateral Replacement Delete in its entirety. D. Section 00 72 00 General Conditions 1. Article 12 Taxes, Add the following to the end: B. The CONTRACTOR S attention is directed to the recent changes in the Alabama Department of Revenue Sales and Use Tax Division Administrative Code, Chapter 810-6-3, Section 77 entitled Exemption For Certain Purchases By Contractors and Subcontractors In Conjunction With Construction Contracts With Certain Governmental Entities. Contractors shall bid the project accordingly and plan to submit the required applications (Sales and Use Tax Certificate of Exemption Form ST.EXC-01 1/14). 2. Article 15 Warranty and Guarantee, Part 15.1.B: Clarification is being provided that the One Year Contractor s Warranty on individual meters, MIU s, and meter box assemblies shall become effective upon their incorporation into the AMR System and acceptance by the Owner. 3. Article 16.1 Add the following to the end: H. The amount of the payment due to the Contractor shall be based upon the total value of work completed to date plus the value of materials suitably stored onsite (or offsite if insured and approved in advance) less previous payment and five percent (5%) for retainage. After the project is fifty percent (50%) complete, no additional retainage shall be withheld provided that the Contractor is making satisfactory progress and there is no specific cause for greater withholdings. E. Appendix A Supplemental General Conditions for SRF Assisted Public Drinking Water and Wastewater Facilities Construction Contracts 1. Page 1 Cover Sheet Add the following after SRF Project Number: FS010168-01 2. Under Section XV Davis-Bacon and Related Acts: Add the following attached files: a. Davis-Bacon Wage Determination General Decision Number: AL20130051 b. Davis-Bacon Wage Determination General Decision Number: AL2013015 1.4 REVISIONS TO DIVISIONS 02-49 SPECIFICATION SECTIONS A. Specification Section 01 60 00 Product Requirements 1. Part 1.05.C Clarification is being provided that submittals for Alternate Bid Items as provided for in the Unit Prices Form are not required twenty one (21) days prior to bid opening. The Owner will evaluate these alternatives after opening bids and prior to award of the Contract. B. Specification Section 01 78 23 Operation & Maintenance Data 1. Part 1.07 Delete in its entirety. March 13, 2014 Page 2 of 4 Section 00 91 13 FL-1330 Water System AMR Program Addendum 1

C. Specification Section 02 41 00 Demolition 1. Part 3.01.A Clarification provided that 72 hour notice prior to turning off affected services would not apply to individual services during meter replacement. 2. Part 3.06 Delete in its entirety. D. Specification Section 22 05 19 Water Meters, AMR System, and Appurtenances 1. Part 1.09.C Clarification is being provided that the One Year Contractor s Warranty on individual meters, MIU s, and meter box assemblies shall become effective upon their incorporation into the AMR System and acceptance by the Owner. 2. Part 1.09.C Replace second sentence with the following: Furthermore, if any batteries fail within one (1) year following installation and acceptance by the Owner, the replacement guarantee of the Bidder shall include the labor to completely replace the MIU as well as the cost of the MIU. 3. Part 2.01.A.1 Delete the last sentence. 4. Part 2.01.B.2.b&c Clarification is provided that this documentation is not required at bid time. It shall be furnished after bid opening by the Contractor if requested by the Owner. 5. Part 2.01.B.2.e Delete in its entirety. 6. Part 2.01.B.3.f Delete in its entirety. 7. Part 2.01.B.3 Add the following at the end: p. All 3/4 meters shall have 9 laying length. 8. Part 2.01.B.4.f Delete in its entirety. 9. Part 2.01.B.4.g Delete in its entirety. 10. Part 2.01.B.4 Add the following at the end: o. All 3/4 meters shall have 9 laying length. 11. Part 2.01.B.5.b Replace with the following: b. 5/8 x 3/4 Composite: Mueller 420 Series; Badger Recordall Series, or equal. 12. Part 2.01.C.1.h Delete the last sentence. 13. Part 2.01.C.1.i Delete in its entirety. 14. Part 2.01.C.1.j Delete in its entirety. 15. Part 2.01.C.1.m Delete the second sentence. 16. Part 2.01.C.2.a Delete the first sentence. 17. Part 2.02.D Add the following at the end: 17. Handhelds shall be provided with one Mulit-dock for Ethernet connectivity and charging for 5 units. 18. Part 3.02.G.2.b. second sentence Delete and replace with the following two sentences: At least one (1) week prior to commencement of installations on a particular route, the Contractor shall send notices (letters, post cards, door hangers, etc.) to the customers on that route indicating the day during which that customer s installation is anticipated to occur. Installers shall check meters for usage prior to removing from service and employ a door knock policy to advise the customer that their service will be temporarily disrupted. 19. Part 3.02.G.2.b. Delete the fourth sentence. 20. Part 3.02.G.2.c Delete in its entirety. 21. Part 3.02.G.4 Delete and replace with the following: At the end of each day or at other intervals acceptable to the Owner, the Installation Manager shall transmit electronically to the Owner and Engineer, in an approved format, information on completed work orders and a listing of installation locations anticipated for the following reporting period. 22. Part 3.02.H.2 Delete the last sentence. 23. Part 3.02.I Revise the last sentence as follows: March 13, 2014 Page 3 of 4 Section 00 91 13 FL-1330 Water System AMR Program Addendum 1

The Contractor shall not attempt. 24. Part 3.02.J Delete and replace with the following: Prior to starting the site installation, the installer shall determine if additional plumbing work is required beyond the specified scope of this contract. If needed and approved by the Owner in advance, the work may be conducted under bid item for meter box replacement on 5/8 x3/4 meters which shall include the piping within two (2) feet of the meter box. If any additional plumbing work outside the scope of line items for meter and meter box replacement is needed, the Contractor shall notify the Owner to have that work completed. 25. Part 3.02.L.4 Delete requirement for sub-meter accuracy. 26. Part 3.02.L.5.b Delete in its entirety. 27. Part 3.02.L.5.d Delete in its entirety. END OF DOCUMENT 00 91 13 March 13, 2014 Page 4 of 4 Section 00 91 13 FL-1330 Water System AMR Program Addendum 1

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 General Decision Number: AL140151 02/07/2014 AL151 Superseded General Decision Number: AL20130151 State: Alabama Construction Type: Heavy Including Water and Sewer Line Construction Counties: Colbert and Lauderdale Counties in Alabama. Modification Number Publication Date 0 01/03/2014 1 02/07/2014 * ELEC0558-003 12/01/2013 ELECTRICIAN...$ 24.73 4%+9.60 ENGI0320-009 01/01/2010 Power equipment operators: Cherry Picker (Hydraulic Crane Uner 100 Ton), Backhoe, Hoist, Mechanic and Roller...$ 21.08 8.31 Crane (Hydraulic & Conventional 100 Ton and over)...$ 22.08 8.31 Oiler...$ 18.42 8.31 IRON0477-001 05/01/2013 IRONWORKER, STRUCTURAL...$ 23.07 11.66 PLAS0148-003 07/01/2011 CEMENT MASON/CONCRETE FINISHER...$ 22.00 6.34 SUAL2007-177 11/28/2007 CARPENTER, Includes Form Work...$ 10.27 0.17 LABORER: Common or General...$ 8.00 0.00 LABORER: Pipelayer...$ 9.97 0.00 http://www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 1/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 OPERATOR: Asphalt Spreader...$ 13.36 0.00 OPERATOR: Bulldozer...$ 15.19 4.66 OPERATOR: Excavator...$ 14.00 0.00 OPERATOR: Forklift...$ 19.40 5.76 OPERATOR: Grader/Blade...$ 15.58 4.66 OPERATOR: Loader (Front End)...$ 14.90 2.37 OPERATOR: Trackhoe...$ 11.50 0.44 TRUCK DRIVER...$ 10.31 0.19 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. http://www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 2/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 http://www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 3/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/al151.dvb?v=1 4/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 General Decision Number: AL140051 02/07/2014 AL51 Superseded General Decision Number: AL20130051 State: Alabama Construction Type: Building County: Lauderdale County in Alabama. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 01/03/2014 1 02/07/2014 * ELEC0558-001 12/01/2013 ELECTRICIAN...$ 24.73 4%+9.60 ENGI0320-007 01/01/2010 Power equipment operators: Cherry Picker (Hydraulic Crane Under 100 Ton), Forklift, and Front End Loader...$ 21.08 8.31 Crane (Hydraulic & Conventional Cranes 100 Ton and Over)...$ 22.08 8.31 Oiler...$ 18.42 8.31 IRON0477-001 05/01/2013 IRONWORKER, STRUCTURAL...$ 23.07 11.66 * PAIN1293-001 01/01/2014 PAINTER: Spray...$ 17.80 7.55 SUAL2007-043 10/02/2007 BRICKLAYER...$ 17.50 1.73 http://www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 1/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 CARPENTER, Includes Form Work...$ 14.00 1.73 CEMENT MASON/CONCRETE FINISHER...$ 12.00 1.73 IRONWORKER, REINFORCING...$ 10.87 0.00 LABORER: Common/General, Including Landscaping...$ 8.46 1.73 LABORER: Pipelayer...$ 9.15 1.18 OPERATOR: Backhoe...$ 11.50 3.24 OPERATOR: Bulldozer...$ 12.94 2.47 OPERATOR: Excavator...$ 16.00 0.00 OPERATOR: Grader/Blade...$ 11.00 0.00 PAINTER: Brush and Roller...$ 10.25 0.00 PIPEFITTER...$ 16.54 2.19 PLUMBER...$ 14.33 0.00 ROOFER, Includes Built Up, Polyurethan Foam, Shake & Shingle, Single Ply, and Metal Roofs...$ 10.81 0.00 SHEET METAL WORKER...$ 19.00 0.03 TILE SETTER...$ 16.80 3.90 TRUCK DRIVER...$ 10.00 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular http://www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 2/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling http://www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 3/5

2/20/2014 www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/al51.dvb?v=1 4/5