Alabama State Port Authority. Description

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

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

Solicitation FA441718R0003 Attachment 3

ATTACHMENT E INSURANCE REQUIREMENTS


San Juan County, New Mexico

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania

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

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

Prevailing Wage Rates (No Fringes)


SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

Winnebago County Housing Authority

Invitation to Bid Hogan House Historic Painting Project

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

2018 Pipelines Water and Sewer Construction Contract Pkg I

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

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

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 Superseded General Decision Number: CO State: Colorado.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

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

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.

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

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC

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]

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

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

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING

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

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL

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

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS

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.

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

B. Instructions for Bidders:

Competitive Quotes Request (Construction)

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

DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA

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

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS

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

Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order

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

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION U KA ACNHP-A485(001) CONTRACT PROPOSAL

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

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

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION K KA ACSTP-A499(501) CONTRACT PROPOSAL

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

K KA STP-A510(301) CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site;

San Angelo Regional Airport Baggage Handler Maintenance

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION U KA HSIP-A043(117) CONTRACT PROPOSAL

General Contract Conditions for Small Construction/Development Contracts

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

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

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

Bid Package. Driveways CI A thru F (DW) June 12, For

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION TE TA-T043(801) CONTRACT PROPOSAL

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

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

Pacific Northwest Regional Council of Carpenters Oregon & SW Washington Schedule A Carpenter (Groups 1 and 2)

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

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

AGENCY: Office of Acquisition Policy, Office of. Government-wide Policy, General Services Administration

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

Responsible & Responsive Bidder - Affidavit of Compliance

Request for Proposals Exterior Siding and Trim Repair Work

Bus Stop Shelter Concrete Pads Request for Proposal #G052

Housing Urban Development (HUD) Supplemental Conditions

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

Responsible Bidder Affidavit of Compliance To be completed by Contractor/Subcontractor

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION KA HSIP-A423(525) CONTRACT PROPOSAL

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

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301

PREVAILING WAGE RESOURCE BOOK 2010 DBA/DBRA COMPLIANCE PRINCIPLES

DBA/DBRA Compliance Principles

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION I KA HSIP-A043(218) CONTRACT PROPOSAL

Alabama State Port Authority

ADVERTISEMENT FOR HANDICAP RAMP & DOOR INSTALLATION FOR THE CITY OF LINDEN GENESEE COUNTY, MICHIGAN

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

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

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION C HSIP-C481(401) CONTRACT PROPOSAL

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION C HSIP-C485(801) CONTRACT PROPOSAL

Alabama State Port Authority

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Alabama State Port Authority

FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS

GENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR. [Date[ Bids Due 4:00 p.m.,, 20

Overview of Davis-Bacon Wages

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS:

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

NOTICE TO CONTRACTORS

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION TE TA-T043(901) CONTRACT PROPOSAL

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

Transcription:

Project Name Location Alabama State Port Authority Addendum to Specification Booklet Automotive RO/RO Terminal Site Demolition Package Mobile, AL Project # 10615 TASK # 2 Addendum #3 Date: January 7, 2019 Item Description 1 As stated in the Invitation to Bid, the project work will be funded through various sources, including a U.S. Department of Transportation TIGER Grant, a RESTORE Act Grant (collectively, the Grants) and other non-federal funding. Therefore, minimum rates of wages, predetermined by the Secretary of Labor, in accordance with the Davis- Bacon Act, as amended (40 U.S.C. Section 3141, et seq.), shall be paid to all skilled and unskilled labor. The applicable minimum rates of wages are contained in the Secretary of Labor s General Decision Number AL190110 (AL110) of January 4, 2019 ( Wage Determination ). This Wage Determination document is provided as Attachment 1 to this Addendum #3; Contractor shall comply with all requirements stated therein. Furthermore, during the course of the work, Contractor shall be required to submit certified payroll reports for each payroll period that shows the wages paid to each worker to demonstrate compliance with the minimum rates of wages from the Wage Determination document. In order to provide bidder s with sufficient time to ensure their bid properly includes the minimum rates of wages requirements outlined above and in Attachment 1, the bid due date is hereby extended two weeks to January 23, 2019. 2 Sealed proposals will be received via courier to the Alabama State Port Authority, 1400 Alabama State Docks Blvd., Room 216, Administration Building, Mobile, AL 36602 by 1:45 P.M on Wednesday, January 23, 2019. Sealed bid proposal can also be hand delivered from 1:45 P.M. to 2:00 P.M. on Wednesday, January 23, 2019 to the Alabama State Port Authority in the International Trade Center Building, 250 North Water Street, 1 st Floor Killian Room, Mobile, AL. Faxed or electronic submitted bids will not be accepted. Page 1 of 1

Project Name Location Alabama State Port Authority Addendum to Specification Booklet Automotive RO/RO Terminal Site Demolition Package Mobile, AL Project # 10615 TASK # 2 Addendum #3 Date: January 7, 2019 ATTACHMENT 1 WAGE DETERMINATION DOCUMENT GENERAL DECISION NUMBER AL190110 (AL110) 01/04/2019

General Decision Number: AL190110 01/04/2019 AL110 Superseded General Decision Number: AL20180191 State: Alabama Construction Type: Heavy County: Mobile County in Alabama. HEAVY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 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 $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 ENGI0653-013 06/01/2017 Rates Fringes POWER EQUIPMENT OPERATOR (PIPELINE) Backhoe, Excavator, Trackhoe...$ 40.69 15.20 Bulldozer...$ 40.69 15.20 SUAL2015-038 08/02/2017 Rates Fringes CARPENTER, Includes Form Work...$ 19.05 7.86

CEMENT MASON/CONCRETE FINISHER, Includes Water Sewer Lines...$ 13.78 0.00 ELECTRICIAN...$ 19.56 0.00 LABORER: Common or General, Includes Water Sewer Lines...$ 15.21 6.16 LABORER: Pipelayer, Includes Water Sewer Lines...$ 11.95 0.00 OPERATOR: Backhoe/Excavator/Trackhoe, Includes Water Sewer Lines (Excludes, PIPELINE)...$ 13.56 0.00 OPERATOR: Loader, Includes Water Sewer Lines...$ 17.64 2.14 TRUCK DRIVER: Dump Truck, Includes Water Sewer Lines...$ 12.56 2.12 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 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. 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 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