NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC

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

Alabama State Port Authority. Description

ATTACHMENT E INSURANCE REQUIREMENTS

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

Solicitation FA441718R0003 Attachment 3

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania


Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order

San Juan County, New Mexico

Prevailing Wage Rates (No Fringes)

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


Winnebago County Housing Authority

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

Invitation to Bid Hogan House Historic Painting Project

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

NAVAL FACILITIES ENGINEERING COMMAND, MID ATLANTIC, HR IPT POC: Holly Manning (757)

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

2018 Pipelines Water and Sewer Construction Contract Pkg I

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

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

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

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

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

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 Superseded General Decision Number: CO State: Colorado.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

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

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

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]

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

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

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

11465 WOODSIDE AVENUE, 2 ND FLOOR 1235 FLYNN ROAD, SUITE 403 SANTEE, CA CAMARILLO, CA

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

(Electronic Submission Only)

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

REQUEST FOR PROPOSALS RFP KT

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

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

Rural Recreation Grounds Maintenance

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

2. TYPE OF SOLICITATION 3. DATE ISSUED 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. TEL: (757) FAX: 9. FOR INFORMATION A.

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

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

Decision. Braswell Services Group, Inc. File: B Date: February 9, 1998

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

2. TYPE OF SOLICITATION 3. DATE ISSUED 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. SOLICITATION

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

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

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

Cloud Based PBX System and Hardware

REQUEST FOR QUALIFICATIONS

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

(iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest.

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

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Section B Services, Ordering and Prices

1 Authority, Responsibility, and Policy

PROPOSAL REQUIREMENTS AND CONDITIONS

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

Board of Commissioners of the Port of New Orleans

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

N Q-0014 NetApp Data Storage Renewal

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

SAN DIEGO CONVENTION CENTER CORPORATION

United States Small Business Administration Office of Hearings and Appeals

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Attachment 17 RTD Pricing Conditions


City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

Review of CON 110, 111 & 112. Preparation for CON 120

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services

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

construction plans must be approved for construction by the City PBZ department.

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site,

Cheyenne Wyoming RFP-17229

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

LOCATED WITHIN 1 MILE OF US-58 US-58 SOUTHAMPTON COUNTY, VA ACRES AVAILABLE FOR SALE CLASS A WAREHOUSE / DISTRIBUTION CENTER DEVELOPMENT

NOTICE OF INVITATION FOR BID

Transcription:

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIRS FOR GENERAL CONSTRUCTION PROJECTS IN THE HAMPTON ROADS INTEGRATED PRODUCT TEAM (IPT) AREA OF RESPONSIBILITY (AOR) PROPOSED TASK ORDER: DESIGN-BID-BUILD, P-16U1, Construct Pier D Breasting Dolphin, Defense Fuel Support Point, Craney Island, Va. Solicitation Number: N40085-17-R-0336 Project Work Order No. 1559863 FOR CONTRACTS: N40085-17-D-0357 Ashford-Leebcor JV 430 McLaws Circle, Suite 201 Williamsburg, VA 23185 POC: Susan Schmidt Phone: 941-312-6910 Email: susan@ashfordintl.com N40085-17-D-0358 Civil Works Contracting, LLC 3329 Wrightsville Ave, Suite C Wilmington, NC 28403 POC: Christopher D. Scerri Phone: 910-859-8547x104 Email: cscerri@civilworkscontracting.com N40085-17-D-0359 The Green-Simmons Company, Inc. 3407 North W Street Pensacola, FL 32505 POC: Nathan Green Phone: 850-429-0144 Email: Nathan@green-simmons.com N40085-17-D-0360 Rand Enterprises, Inc. 850 39 th Street, Suite 101 Newport News, VA 23607 POC: Randy Biagas Phone: 757-247-1090 Email: Randy.biagas@rei-va.com N40085-17-D-0361 Smart-ATI-KMK JV 16 Whitehall Rd. Ste 6 Rochester, NH 03867 POC: Lori Smart Phone: 603-330-3533 Email: lori@smartati.com N40085-17-D-0362 Tikigaq Construction, LLC 2614 Halls Mill Rd Mobile, AL 36606 POC: Stephen B. Christensen, Steve Fields Phone: 251-443-1155 Emails: tcnavfacipt@tikigaq.com; schristensen@tikigaq.com; sfields@tikigaq.com Page 1 of 10

GENERAL REQUIREMENTS NAVFAC Solicitation Number: N40085-17-R-0336 (Clauses incorporated in Base Contract apply to this solicitation) Title: P-16U1 Construct Pier D Breasting Dolphin Location of the work: Defense Fuel Support Point, Craney Island, Va. Description of the work: This project will construct a breasting dolphin for North Pier D at DFSP Craney Island. Pier D has multiple fueling connections but certain combinations of ships cannot berth simultaneously to refuel. Construction of this breasting dolphin will increase the capability of Pier D to concurrently moor and refuel certain vessels directly from the existing fueling stations. This will also allow safe mooring of various classes of ships with no constraints. Estimated Budget Amount: The magnitude of construction is between $1,000,000.00 and $5,000,000.00. NAICS Code: 237990 Time for completion: All work shall be completed within 365 calendar days after award (15 days will be added for receipt and processing of bonds.) Wage Determination: General Decision Number: VA180004 01/05/2018 VA4 Liquidated damages: $1,200.00 Per Calendar Day Utilities: Utilities will be provided by the Government at no charge to the Contractor. Record Shop Drawings: Record drawings are required but not reproducible copies. Government Furnished Property: No Government Furnished Property. Basis for Award: Lowest Price Bid Guarantee: Shall be in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. Site Visit: Wednesday, April 18, 2018 1:00 PM local time Defense Fuel Support Point, Craney Island, Va. Requirements and deadlines below will be strictly enforced. Late requests will not be processed. This will be the ONLY Government scheduled site visit. Cameras may be allowed in certain areas as permitted by clear direction. Participants shall meet promptly at 1:00 PM outside the Craney Island visitor gate per the gate area map (Attachment A) which is on the north end of Cedar Lane in Portsmouth. We will proceed as a group in vehicles to the site. VISITOR PASSES ARE PROCESSED AT NAVAL STATION NORFOLK PASS OFFICE NOT AT CRANEY ISLAND. Participants who do not have routine active access to Craney Island shall complete columns C-G of the One Day Pass spreadsheet (Attachment B) and submit via email to jeffrey.haycox@navy.mil no later than COB on Tuesday, April 10. Participants who require pass office visitor access are strongly encouraged to allow sufficient time to reach Craney Island after clearing visitor processing at the Naval Station Norfolk Pass Office which is located in Bldg. CD9 at 9040 Hampton Boulevard across from Gate 5. To verify identity, visitors MUST be prepared to present a second form of identification at the pass office from the list of A or B Page 2 of 10

Documents found at http://www.uscis.gov/i-9-central/acceptable-documents. You are expected to provide the items below in Security Information #2. Pre-Proposal Inquiries (PPIs): Offerors who determine that the technical and/or contractual requirements of this solicitation require clarification(s) in order to permit submittal of a responsive proposal shall submit all inquiries in writing using the PPI form (Attachment C). All inquiries shall be submitted via email to Jeff Haycox at jeffrey.haycox@navy.mil no later than Wednesday, April 25, 2018 at 2:00 PM local time. Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your consultants are not duplicates. A response will be published via an amendment. Proposal Due Date/Time: Wednesday, May 2, 2018 / 2:00 PM local time Proposal Acceptance Period: 90 Days from receipt of offers Proposal Delivery Information Proposals may be sent via express mail carriers or hand-delivered to the following address: Naval Facilities Engineering Command, Mid-Atlantic Attn: Jeff Haycox Hampton Roads IPT, Acquisition 9324 Virginia Avenue Building Z-140, Room 225 Norfolk, Va. 23511-3095 Important note: Contractors are not permitted to work in Room 225 prior to delivery while finalizing the proposal. Once the proposal is formally delivered, the contractor s business is considered complete and the contractor is expected to promptly depart Room 225. Security Information Offerors who would like to hand deliver their proposal and who do not currently have a valid badge issued by the Department of Defense (DoD) to enter Naval Station Norfolk must do the following: 1. Submit a one day pass request spreadsheet NO LESS THAN 7 DAYS prior to the proposal due date. Submit your request for a one day pass spreadsheet (Attachment B) to Jeff Haycox at jeffrey.haycox@navy.mil. 2. Present the following information at the pass office: Valid Driver s License, Current Vehicle Registration and/or Rental Car Contract, Current State Safety Inspection, Current Proof of Insurance To verify identity, visitors MUST present a second form of identification at the pass office from the list of A or B Documents found at http://www.uscis.gov/i-9-central/acceptable-documents. The Naval Station Norfolk Pass & ID Office is located in Bldg. CD9 at 9040 Hampton Boulevard across from Gate 5. All potential offerors must adhere to this notice in order to avoid delay in submitting your proposal. The level of security at Naval Station Norfolk may change at any time. As the level of security heightens, the amount of time required to gain access to the Naval Station increases. EVALUATION FACTORS FOR AWARD The project will be awarded to the responsible offeror offering the LOWEST PRICE to the Government. The Government shall evaluate each offeror on price only: A. Price Submission: Page 3 of 10

1. Offeror shall submit one (1) original in a three ring binder (maximum 1/2 ) with the following: Price Proposal Form 8 ½ X 11 format, Times New Roman, 11 point font Copy of Representation and Certifications from ORCA Bid Bond Include a cover page with Solicitation Number, Solicitation Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS, Cage Code, Point of Contact, phone number, and email address. B. Basis of Evaluation: 1. The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items. In accordance with FAR 52.217-5, evaluation of options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: EVALUATION a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate. c. Comparison of proposed prices with available historical information d. Comparison of market survey results 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract and to award the contract to the offeror submitting the lowest price proposal. 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later deems them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 3. From all proposals deemed eligible for award, the lowest price will be chosen. ATTACHMENTS: ATTACHMENT A CRANEY ISLAND GATE AREA MAP ATTACHMENT B ONE DAY PASS REQUEST ATTACHMENT C PRE PROPOSAL INQUIRY (PPI) SUBMISSION FORM ATTACHMENT D - PRICE PROPOSAL FORM (BELOW) ATTACHMENT E WAGE DETERMINATION (BELOW) Page 4 of 10

ATTACHMENT D PRICE PROPOSAL FORM Price includes the following: CLIN 0001 - P-16U1 PROJECT PRICE (BASE BID): ITEM 0001 Price includes the following: 0001A Price for providing all work, complete for facility P-16U1, in accordance with the drawings and specifications but excluding Items 0001B thru 0001D. TOTAL PRICE FOR ITEM 0001A $ 0001B - Price for foundation piling complete in accordance with drawings and specifications and in accordance with the following schedule: Item Unit Unit Unit Price No. Units Extension Piling LF $ 6,825 $ 0001C - Price for pile load test, complete in accordance with the drawings and specifications and in accordance with the following schedule: Item Unit Unit Unit Price No. Units Extension PDA Load Test EA $ 4 $ 0001D - Price for lost production due to operational necessity: Item Unit Unit Unit Price No. Units Extension Lost Production Day $ 5 $ TOTAL PRICE FOR ITEMS 0001A thru 0001D $ NOTES General 1. Award will be made on the total sum of Item 0001. Offerors shall enter unit prices and/or extended totals in spaces provided. If there is a difference between a unit price and the extended total, the unit price will be held to be the intended price and the total recomputed accordingly. If an offeror provides a total but fails to enter a unit price, the total divided by the specified quantity will be held to be the intended unit price. 2. The Government may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement and the sub-item quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. 3. Unit Prices: The unit prices provided will be the basis for the adjustment in accordance with FAR 52.211-18, Variation in Estimated Quantity. 4. A firm fixed proposed price is required for Item 0001. No provision is made for economic price adjustment. Page 5 of 10

AMENDMENTS ACKNOWLEDGED: Amendment No. Date Amendment No. Date Amendment No. Date Offeror: Name: Signed: Date: Page 6 of 10

ATTACHMENT E WAGE DETERMINATION General Decision Number: VA180004 01/05/2018 VA4 Superseded General Decision Number: VA20170004 State: Virginia Construction Types: Heavy Dredging Counties: Accomack, Gloucester, Isle of Wight, Lancaster, Mathews, Middlesex, Northampton, Northumberland, Poquoson*, Portsmouth*, Virginia Beach* and York Counties in Virginia. *INDEPENDENT CITIES HOPPER DREDGING CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 SUVA1991-004 03/01/1991 Rates Fringes Self-Propelled Hopper Dredge Drag Tenders...$ 8.21 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Page 7 of 10

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 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. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Page 8 of 10

Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial Page 9 of 10

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 Page 10 of 10