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

Similar documents
Alabama State Port Authority. Description

Solicitation FA441718R0003 Attachment 3


ATTACHMENT E INSURANCE REQUIREMENTS

Prevailing Wage Rates (No Fringes)

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania


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

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

Invitation to Bid Hogan House Historic Painting Project

Winnebago County Housing Authority

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

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

San Juan County, New Mexico

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

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

REQUEST FOR PROPOSAL FOR: PROJECT GBC Great Bay Community College

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

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 $ $

City of Albany, New York Traffic Engineering

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

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 Superseded General Decision Number: CO State: Colorado.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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

APPENDIX III. HUD s General Provisions for Contracts. HOUSING TRUST FUND CORPORATION STATE STREET, ALBANY NEW YORK January 2019

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

Request for Proposal Automobile Driver Education Services RFP #

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

COUNTY OF OSWEGO PURCHASING DEPARTMENT

City of Albany, New York

SEALED BID. September 29, 2017

PROPOSAL LIQUID CALCIUM CHLORIDE

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

SEALED BID. February 19, 2018

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

French Hall Rehab Main Entrance

Albany Parking Authority 25 Orange Street Albany, NY

Request for Proposal Transition/Vocational Services RFP No

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

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

City of New Rochelle New York

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

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

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

SPECIFICATIONS AND BID FORM FOR TRASH REMOVAL HOWARD G. SACKETT TECHNICAL CENTER

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY

CITY OF NIAGARA FALLS, NEW YORK

BID FORM. Base Bid Dollars ($ )

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

CROW WING COUNTY BRAINERD, MINNESOTA

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Washington University in St. Louis

AIA Document A101 TM 2007

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INSTRUCTIONS TO BIDDERS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

REQUEST FOR QUALIFICATIONS

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

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

5. BID FORMS TABLE OF CONTENTS

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

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

City of New Rochelle New York

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Request for Quotation For Lawn Care Treatment

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

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

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

(District - Wide) Bid Period: July 1, 2018 through June 30, 2019

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

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

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

REQUIRED BID FORMS SECTION

Transcription:

Sandra J. Beston Chairwoman Charles A. Jeseo Vice Chairman Harry J. Cushing Jeffery Czarnecki Jane Hayes Roberta Gilson Regina Warner Watervliet Housing Authority Administration Office 2400 Second Avenue Watervliet, New York 12189 Phone: 518-273-4717 Fax: 518-273-4730 E-mail: Office@WatervlietHousing.org Charles V. Patricelli Executive Director Tracey Freemantle, C.P.A. Fee Accountant Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority The Watervliet (WHA) is seeking bids for the installation of ninety, (90) smoke detectors at Michael J. Day Apartments. The (WHA) will receive sealed proposals for said work no later than 10: 00 AM local time, on September 3, 2014 at its office located at 2400 2 nd Avenue, Watervliet, New York 12189. Proposals received after this time will not be considered. The proposal shall be submitted in a sealed envelope, entitled: Watervliet Housing Authority Smoke Detector Installation at Michael J. Day Apartments. The proposal shall include an Executed Non Collusion Bid Certificate and Bid Forms as provided in this specification. A walk through will be held on Wednesday August 20th at 10am. Contractors shall meet at the Day Maintenance Shop located on Whitehall at the Day site. Objective: With this project the Authority desires to have one detector in each apartment actuate if there is a fire condition located in any apartment in that building. Scope of Work 1. Install one smoke detector in each apartment near the second floor bathroom per code. There are three apartments numbers 48, 50, and 52 that are located on the first floor only. All other apartments have attic access. 2. The Authority will provide the smoke detectors for this project. 3. The work consists of providing all equipment, materials other than the smoke detectors, supplies, labor, and other resources needed to complete the task. 4. All work must be done in accordance with standard practices for this type of work and all applicable State and Federal Codes. 5. Davis Bacon Wages shall be paid for this projects.

General Conditions 1. The contractor shall ensure that his/her workforce shall not fraternize with the resident population. 2. Safety must be a primary concern. The contractor must maintain and operate all equipment and perform all services in a safe manner to protect tenants and workers. 3. The contractor shall not subcontract any of his or her work without the expressed written approval of the Authority. Any subcontractor approved by the Authority shall abide by the terms and conditions set forth is this RFP. 4. If the Authority is dissatisfied with the performance of the work by the contractor, the Authority shall give the contractor written notice in which the Authority will specify in detail the cause of dissatisfaction. Should the contractor fail or refuse to remedy the complaint within two (2) days after receipt of written notice the Authority shall have the right to terminate the service contract. If terminated the contractor shall not receive any payment for work that was not completed to the satisfaction of the Authority unless completed in a timely fashion. 5. The contractor agrees to comply with all rules, laws, and regulations bearing on the conduct of work as specified in the contract documents. 6. By execution of the contract the contractor warrants that they fully acquainted themselves with the conditions and terms contained in this RFP, and they fully understand the facilities, obligations, difficulties, and restrictions attending the execution of this agreement. Should the contractor encounter conditions at the site/s materially differing from those inherent in character of the work provided for in this contract, they shall promptly and before such condition is disturbed notify the Authority. 7. All work shall be performed in accordance to NY State Building and Electric code. Technical Specifications - Install one smoke detector in each of 90 apartments at Michael J. Day Apartments. - The smoke detectors shall be supplied electricity from house power. - The detectors shall be installed such that if one is activated all others installed within that building will activate. - All boxes shall be firmly affixed. - All wiring shall be properly sized and affixed using appropriate fasteners. - All work shall be in accordance with Manufacturers specifications and all applicable NYS Building codes. - There are 8 buildings that are 27x109, 8 buildings that are 27x77, one building 27x53 and 2 buildings 33x46. There are 19 apartment buildings. - Any disturbed insulation shall be properly replaced. - In 16 of the buildings there are firewalls in the attic. The firewalls shall not be penetrated. - Wiring molding may not be used in this project. Bonds This contract does not require any bidder to submit bid, material, or performance bonds.

INSURANCE AND LICENSE. The Contractor and all of his subcontractors shall provide insurance certificates and must have and keep in force during the term of service the following insurance as a minimum and name the Watervliet Housing Authority as an additional insured by endorsement to the policy: 1. The contractor shall provide proof of General Liability covering bodily injury, personal injury, and property damage. A minimum of $1,000,000 is required. 2. Workers Compensation and Employees Liability in accordance with NY State regulations, if applicable. 3. The contractor shall provide proof of automotive insurance covering body and property damage. 4. The contractor shall have the Watervliet Housing Authority named as a coinsured party. Hold Harmless: The Contractor, its successors and assigns, hereby agrees to save and hold harmless the Watervliet Housing Authority, and any of its employee from all cost, injury and damage incurred by any of the above, and from any other injury or damage to any person or property whatsoever, any of which is caused by an activity, condition or event arising out of the performance, preparation for performance or nonperformance of any provision of this agreement. The above cost, injury, damage or other injury or damage incurred by or to any of the above shall include, in the event of an action, court costs, expenses of litigation and reasonable attorneys' fees. Award The WHA will award the contract to the contractor who provides the lowest responsible bid and is able to provide all the necessary insurances as required in this RFP. The Authority reserves the right to waive any informality. Payment The contractor shall be paid upon submittal of an approved invoice after completion of the work at each complex. The invoice shall state the location and the payment requested pursuant to their bid proposal. Project Guidelines In entering into a contract the contractor affirms compliance with the following State and Federal regulations: 1. Equal Employment Opportunity E.O. 11246, Equal Employment Opportunity, as amended by E.O. 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and as supplemented by regulations at 41 CFR part 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. 2. Copeland Anti-Kickback Act (18 U.S.C. 874 and 40 U.S.C. 276c) - as supplemented by Department of Labor regulations (29 CFR part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States ). The Act provides that each contractor or sub recipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the

compensation to which he is otherwise entitled. All suspected or reported violations shall be reported to the Federal awarding agency. 3. Davis-Bacon Act, as amended (40 U.S.C. 276a to a-7) - as supplemented by Department of Labor regulations (29 CFR part 5, Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction ). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. All suspected or reported violations shall be reported to the Federal awarding agency. A copy of the commercial Standards for Albany County are attached as part of this specification. It is the contractor s responsibility to insure that the most recent wage determination is followed. The contractor shall provide any and all records as required or requested to demonstrate compliance with State and Federal regulations. This will include certified payrolls. 4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) - Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 ½ times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Section 3 12 U.S.C. 1701u of The Housing and Community Development Act of 1968, as amended - All contracts subject to Section 3 shall include the clause set forth at 24 CFR 135.38. a. Contractors who fail to perform the work specified in a timely fashion or in a workmanlike manner shall be informed of this determination in writing and if acceptable remedies are not instituted said contractor shall be terminated. This does not limit the ability of the owner and or Authority to seek legal action against the contractor. If a contractor is terminated their remaining payment shall be used to pay for the completion of the project. Any remaining funds will be paid the contractor if warranted. b. The contractor shall hold harmless and indemnify the Housing Trust Fund Corporation, its agents and employees, from and against any and all claims, actions, damages, losses, expenses and costs of every nature and, including reasonable attorney s fees, incurred by or assessed or imposed against the Housing Trust Fund Corporation, to the fullest extent permitted by law, arising out of the project being funded with NYS CDBG funds. c. The contractor shall be bound by, and comply with all applicable Federal, State, and local laws and regulations, including but not limited to, 24 CFR Parts 85 and 570.

BID FORM Re: RFP Watervliet Housing Authority Michael J. Day Smoke Detectors Installation The undersigned, having familiarized (himself) (themselves) with the locations and conditions affecting the work and its cost, and with the bidding documents prepared by Watervliet Housing Authority, 2400 Second Avenue, Watervliet, NY 12189 and with the contract forms to be used, hereby proposes to furnish all labor, material, equipment and services required to install sidewalks and complete miscellaneous masonry repairs for bid price of: Total price for 90 units: $ Printed Name of Authorized Person Company Name Address Contact Person Telephone Cell Phone Fax # E-mail Address Federal ID or Social Security # DUNS #

NON-COLLUSION BID CERTIFICATION Pursuant to Section 103-D of the General Municipal Law of the State of New York. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under the penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communicating or agreement, for the purposes of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other persons, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) or (3) above have not been complied with; provided however, that if any bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (a) (1) (2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publications of new or revised price lists ther customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one (1). Any bid hereafter made to any political subdivision of the State or any public department, agency, or official thereof by a corporation bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulations, or local law, and where such bid contains the certification referred to in the subdivision one of this section, shall be deemed to have been authorized by the Board of Directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. By submission of this bid, the bidder certifies that (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be willingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor;

(c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certificate, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf. (e) The person executing this bid document shall be a duly authorized representative of the Company, Corporation or Business seeking to provide the product or products described herein with the authority and knowledge to execute the bid documents and provide the required certifications and documentation. The full name and residence address of all persons and parties interested in the foregoing bid as principals are as follows: Signature Business Address of Bidder: Dated at the day of 2014 (Seal)-If bid is by a corporation

General Decision Number: NY140026 06/13/2014 NY26 Superseded General Decision Number: NY20130026 State: New York Construction Type: Residential County: Albany County in New York. RESIDENTIAL CONSTRUCTION PROJECTS (Consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 01/03/2014 1 06/13/2014 * IRON0012-006 05/01/2014 ALBANY COUNTY: Rates Fringes IRONWORKER...$ 29.05 21.79 ---------------------------------------------------------------- SUNY1990-004 06/01/1990 Rates Fringes Carpenter, Drywall Installer...$ 13.79 5.0 CEMENT MASON/CONCRETE FINISHER...$ 11.51 4.36 ELECTRICIAN...$ 8.27 Laborers: Asbestos removal...$ 16.86 5.22 Blaster, wagon drill operator, form setter, well pointing & laser operator...$ 12.13 5.22 Laborers...$ 11.63 5.22 Painter & Taper...$ 13.00 2.58 PLUMBER...$ 17.87 3.51 Sheet metal worker...$ 16.87 3.24+3%+a Truck drivers: GROUP 1...$ 10.45 3.42+b GROUP 2...$ 10.65 3.42+b TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Straight, winch, transit mix on job site, road oilers, dump, panel, pick-up, water and fuel trucks on site (including nozzle) GROUP 2: Euclid or similar equipment, lowboy or lowboy trailers FOOTNOTES:

a. Blue Cross or Blue Shield, Plan B, or equal b. Paid Vacation: One week vacation after one year of work; two weeks vacation after 5 years of work ---------------------------------------------------------------- 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. 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 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