Invitation to Bid Hogan House Historic Painting Project

Similar documents
Solicitation FA441718R0003 Attachment 3


wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

ATTACHMENT E INSURANCE REQUIREMENTS

Prevailing Wage Rates (No Fringes)

Winnebago County Housing Authority

Alabama State Port Authority. Description

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) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)


San Juan County, New Mexico

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

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

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

2018 Pipelines Water and Sewer Construction Contract Pkg I

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

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

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 Superseded General Decision Number: CO State: Colorado.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

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

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

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

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

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

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

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

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC

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

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

Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order

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

B. Instructions for Bidders:

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS

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

Competitive Quotes Request (Construction)

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 ROOF REPLACEMENT PHASE VIII

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS

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

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

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

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

Overview of Davis-Bacon Wages

SUPERSEDED AS OF 9/1/2018

San Angelo Regional Airport Baggage Handler Maintenance

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL

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

Maryland Apprenticeship Training Fund Law

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

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

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

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

The MÉDIC Construction cards of persons insured for the period from January 1 to June 30, 2014, will be mailed around December 19, 2013.

Fair Wage Policy for ICI Contracts

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

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

PREVAILING WAGE RESOURCE BOOK 2010 DBA/DBRA COMPLIANCE PRINCIPLES

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

Chicago Title Insurance Company

McPherson Contractors, Inc.

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

SMALL BUSINESS REVOLVING LOAN PROGRAM

FORECLOSURE/EVICTION CLEANUP SUPPLEMENTAL APPLICATION (Complete in addition to ACORD General Liability Application)

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

Job Order Contracting Mandatory Pre-Bid Conference

Architecture. Construction

V2 Lead-Safe Pilot- Revised 5/17/17 Page 1

MAKE CHECK PAYABLE TO MIAMI-DADE COUNTY

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

ROWLAND UNIFIED SCHOOL DISTRICT

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

FORECLOSURE/EVICTION CLEANUP SUPPLEMENTAL APPLICATION (Complete in addition to ACORD General Liability Application)

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY REQUIREMENTS FOR FEDERALLY FUNDED PROJECTS

SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT

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

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

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

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

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

SMALL WORKS ROSTER APPLICATION

SECTION 00 GENERAL CONDITIONS

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

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

REQUEST FOR PROPOSAL

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

CITY OF SIGNAL HILL SUBJECT: CONTRACT SERVICES AGREEMENT EXTENSION FOR CITYWIDE STREET SWEEPING SERVICES

30-34 Pearsall Owners Corporation Pearsall Avenue Glen Cove, NY

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

ROOFING CONTRACTOR QUESTIONNAIRE Ed. 9-09

BURLINGTON INTERNATIONAL AIRPORT South Burlington, VT INVITATION TO BIDDERS NOTICE OF PREQUALIFICATION

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

Transcription:

Invitation to Bid Hogan House Historic Painting Project This project is funded with Community Development Block Grant (CDBG) funds. All estimates must reflect Davis-Bacon prevailing wages. This invitation to bid should be reviewed along with the following attachments: 15 Pleasant Street- Pre-Renovation Asbestos Survey and Lead-in-Paint Screening Report, March 25, 2014 Mystic Air Quality Consultants Inc. Davis-Bacon General Decision Number: CT20140009 05/01/2015 CT9 Pre-bid meeting scheduled May 29, 2015-9:00am. Location 15 Pleasant Street, Middletown, CT 06457. Scope of Work: The scope of work for the project is the historic painting of the exterior and the interior common areas and 2 apartments. Scrape, as necessary, all exterior siding and trim and apply one coat of L.B.C. Child Safety Encapsulating Primer over entire surface and apply two coats of super satin 100% Acrylic Sherwin Williams to all surfaces. Caulk and patch as required. Interior common areas, apply one coat of L.B.C. Child Safety Encapsulating Primer over entire surface and apply two coats of super satin 100% Acrylic Sherwin Williams to all surfaces. Caulk and patch as required. Interior 2 apartments, apply one coat of L.B.C. Child Safety Encapsulating Primer over entire surface and apply two coats of super satin 100% Acrylic Sherwin Williams to all surfaces. Caulk and patch as required. Contractor to provide dumpsters for use and daily cleanup of project. Contractor to provide scaffolding or lift apparatus as required and must comply with OSHA. Contractor to provide temporary protection of work as required, and access to building tenants. Sanding and power washing is prohibited. Bid Proposal Requirements: All proposals must include the following elements: A written lump-sum bid amount on letterhead including all reimbursable expenses. The proposal must include the terms and conditions of payment. Davis-Bacon prevailing wages. All work would need to be completed no later than October 31, 2015. Submission deadline 10am on Friday, June 5, 2015. Any bid award will be subject to review and approval from the US Department of Housing and Urban Development. Send Proposals to: Michiel Wackers, AICP Deputy Director of Planning, Conservation and Development 245 DeKoven Drive, Room 202 Middletown, CT 06457 Tel 860-638-4843 Fax 860-638-1940 michiel.wackers@middletownct.gov

General Decision Number: CT150009 05/01/2015 CT9 Superseded General Decision Number: CT20140009 State: Connecticut Construction Type: Residential County: Middlesex County in Connecticut. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/09/2015 2 01/23/2015 3 04/17/2015 4 05/01/2015 ELEV0091-001 01/01/2015 ELEVATOR MECHANIC... $ 47.96 28.385+a+b FOOTNOTE: a.vacation: 6%/under 5 years based on regular hourly rate for all hours worked. 8%/over 5 years based on regular hourly rate for all hours worked. b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day. ENGI0478-006 04/05/2015

POWER EQUIPMENT OPERATOR: Backhoe/Excavator 2 cubic yards and over... $ 37.23 23.05 Backhoe/Excavator under 2 cubic yards; Rubber Tire Backhoe/Excavator... $ 36.49 23.05 Bulldozer (Rough Grade Dozer)... $ 35.20 23.05 Bulldozer Fine Grade... $ 36.49 23.05 Combination Hoe and Loader.. $ 35.51 23.05 Loader (3 cubic yards up to 7 cubic yards)... $ 35.20 23.05 Loader (7 cubic yards or over)... $ 37.55 23.05 Loader (under 3 cubic yards)... $ 34.03 23.05 a. PAID HOLIDAYS: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day, provided the employee works 3 days during the week in which the holiday falls, if scheduled, and if scheduled, the working day before and the working day after the holiday. ROOF0009-005 01/01/2015 ROOFER Composition... $ 33.25 18.05 Slate and Tile... $ 33.75 18.05 * SFCT0676-002 04/01/2015 SPRINKLER FITTER (Fire Sprinklers)... $ 41.37 20.37 a. PAID HOLIDAYS: Memorial Day, July 4th, Labor Day, Thanksgiving Day and Christmas Day, provided the employee has been in the employment of a contractor 20 working days prior to any such paid holiday. SHEE0040-003 04/01/2014 SHEET METAL WORKER... $ 33.87 29.35

SUCT2002-004 12/16/2008 CARPENTER, Including Drywall Hanging... $ 17.24 1.60 CEMENT MASON/CONCRETE FINISHER...$ 21.22 0.00 DRYWALL FINISHER/TAPER... $ 16.25 2.70 ELECTRICIAN... $ 19.99 2.00 LABORERS Common or General... $ 10.66 1.63 Landscape... $ 14.96 4.63 PAINTER: Brush and Roller, Excludes Drywall Finishing/Taping... $ 17.10 1.56 PLUMBER, Includes HVAC Pipe Installation... $ 16.67 2.63 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 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