18
DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC IN REPLY REFER TO: ROICC PSC Box 8006 Cherry Point, NC 28533-0006 N40085-see below 26 September 2012 VIA ELECTRONIC MAIL N40085-09-D-5341 N40085-09-D-5344 North State Mechanical, Inc. R & W Construction Co. P. O. Box 1120 2634 Richlands Highway Jacksonville, NC 28541 Jacksonville, NC 28540 N40085-09-D-5340 N40085-09-D-5345 East Carolina Mechanical Mechworks Mechanical Contractors, Inc. 1233 Lejeune Blvd P. O. Box 427 Jacksonville, NC 28540 Beaufort, NC 28516 N40085-09-D-5342 T. A. Woods Company 6713 Netherlands Dr. Wilmington, NC 28405 Re: Contract Numbers: See Above, Multiple Award Construction Contract (MACC), Cherry Point, North Carolina Gentlemen: In accordance with the contract clause entitled ’’Ordering of Work“ contained in the reference contracts, it is intended to issue a contract task order to the successful offeror for the following project: ST-001-11, B-4389 Remove and Replace 11 Each AHU’s Naval Health Clinic MCAS Cherry Point North Carolina A ONE-TIME site visit will be conducted for this project on 4 October 2012 at 0900. Contractors are to meet at the ROICC Office, Cherry Point. Your proposal, to include your cost estimate shall be submitted to the attention of the undersigned at this office by not later than 29 October 2012 at 1400. Electronic submission of proposals shall be sent to [email protected] and must include Company Name and Project Number in subject line of email. Receipt of your proposal is subject to FAR 52.215-1, Instruction to Offerors – Competitive Acquistion (JAN 2004) contained in Document 00201. Please note that no bid bond is required. Your proposal will be reviewed and evaluated based on price and past performance. All Non-Cost/Price factors are equal to Cost or Price as the basis for evaluation of proposals. You will be contacted to discuss minor clarifications or questions concerning your proposal and to establish a specific time if negotiations are conducted. We intend to evaluate proposals and issue a task order without discussions (except communications conducted for

NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC IN

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC

IN REPLY REFER TO: ROICC PSC Box 8006 Cherry Point, NC 28533-0006

N40085-see below 26 September 2012

VIA ELECTRONIC MAIL N40085-09-D-5341 N40085-09-D-5344 North State Mechanical, Inc. R & W Construction Co. P. O. Box 1120 2634 Richlands Highway Jacksonville, NC 28541 Jacksonville, NC 28540 N40085-09-D-5340 N40085-09-D-5345 East Carolina Mechanical Mechworks Mechanical Contractors, Inc. 1233 Lejeune Blvd P. O. Box 427 Jacksonville, NC 28540 Beaufort, NC 28516 N40085-09-D-5342 T. A. Woods Company 6713 Netherlands Dr. Wilmington, NC 28405 Re: Contract Numbers: See Above, Multiple Award Construction Contract (MACC), Cherry Point, North Carolina Gentlemen: In accordance with the contract clause entitled ’’Ordering of Work“ contained in the reference contracts, it is intended to issue a contract task order to the successful offeror for the following project: ST-001-11, B-4389 Remove and Replace 11 Each AHU’s Naval Health Clinic MCAS Cherry Point North Carolina A ONE-TIME site visit will be conducted for this project on 4 October 2012 at 0900. Contractors are to meet at the ROICC Office, Cherry Point. Your proposal, to include your cost estimate shall be submitted to the attention of the undersigned at this office by not later than 29 October 2012 at 1400. Electronic submission of proposals shall be sent to [email protected] and must include Company Name and Project Number in subject line of email. Receipt of your proposal is subject to FAR 52.215-1, Instruction to Offerors – Competitive Acquistion (JAN 2004) contained in Document 00201. Please note that no bid bond is required. Your proposal will be reviewed and evaluated based on price and past performance. All Non-Cost/Price factors are equal to Cost or Price as the basis for evaluation of proposals. You will be contacted to discuss minor clarifications or questions concerning your proposal and to establish a specific time if negotiations are conducted. We intend to evaluate proposals and issue a task order without discussions (except communications conducted for

the purpose of minor clarification). Therefore, each initial offer should contain the offeror’s best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Contract Completion Date (CCD) is 240 calendar days Incorporate the attached Bid Sheet into the project/contract. Liquidated Damages If this project is awarded, the amount of liquidated damages will be calculated based on the dollar value of the task order. Liquidated damages are calculated as follows: PROJECT COST ESTIMATED LIQUIDATED DAMAGES PER CALENDAR DAY $2,000 - $25,000 $80.00 $25,000 - $50,000 $110.00 $50,000 - $100,000 $140.00 $100,000 - $500,000 $200.00 EACH ADDITIONAL $100,000.00 – ADD $50.00 You may contact the ROICC at (252) 466-5930 to inspect site conditions, review available as-built drawings (if applicable), or inquire about other on-site technical details. Any changes to the scope of work or technical specifications will be effected on a Standard Form (SF) 30. This request does not constitute notice to proceed nor shall it be considered as a commitment on the part of the Government. Any costs incurred prior to issurance of a task order cannot be reimbursed. Costs of such nature are considered to be for the benefit of the Contractor and are incurred at his discretion. The successful offeror will be issued a task order, which will take the form of Department of Defense (DD) Form 1155, under their contract as set forth in FAC 5252.216-9306, Procedures for Issuing Orders (NOV 1998). Direction to proceed for each task order issued will be provided upon receipt and approval of an acceptable performance bond and payment bond under each task order. We appreciate your cooperation in preparing and submitting your proposal. If you have any questions, send to address: [email protected] and must include company name and project number in subject line of email. Your POC for this project is Eric Overfelt at 252-466-2622. Sincerely, Amelia Bryant Contracting Officer

amy.k.bryant
Pencil

DATE: ROICC

PSC Box 8006

Cherry Point, NC 28533-0006

Proposal for Project Number/Title:

Amendments Acknowledged: No Amendments Issued or Amendments

Subcontractors to be used: Subcontractor Discipline

Proposal amounts: Item # Amount Item # Amount Lump Sum

Bid

Comments:

Company Name and Address

STATEMENT OF WORK FOR

REPLACEMENT OF ELEVEN AIR HANDLER UNITS (AHUs) 12.1, 13.1, 14.1, 15.1, 21.1, 21.2, 22.1, 23.1, 31.1, 31.2, 32.1

1. Introduction The following work is to be completed in buildings 4389 Naval Health Clinic Building aboard MCAS Cherry Point, NC 28533-0023. The purpose of this Statement of Work (SOW) is to detail the tasks and responsibilities in relation to the following work. To remove the existing AHUs (11) located in the associated mechanical rooms and replace with new AHU’s, including all cabinets, dampers, ducts, coils, filter racks, piping, controls, motors and electrical connections.

The fresh air make up duct (outside air) and damper on AHUs 15.1, 21.1, 21.2, 22.1, 31.1, and 32.1 shall be replaced in their entirety with like sized ducts following the same route and with a new makeup air damper installed in approximately the same location using the same controls and actuator as the existing makeup air damper.

The supply and return ducts shall be replaced only far enough to transition

correctly to the new AHUs; all transitions shall be connected to the existing duct with a flexible connector such as the canvas type connector.

The new AHUs shall include “face and bypass” dampers to match the unit being

replaced. The existing actuators and controls may be reused. On AHUs 12.1, 13.1, 14.1, 21.1, 22.1, 23.1 and 32.1 all chilled water control valves, supply pipes and return pipes can be reused, any new piping shall be determined by and if the location of the supply and return piping connectors on the new AHUs are different from the AHU they are replacing. AHUs 15.1, 22.1, 31.1, and 32.1 shall need the chilled water control valve replaced (the new valves will be controlled by the existing controls) along with piping them to match the new AHU.

All condensate drain lines shall be replaced.

All electrical disconnects are in good working order, the heaters in the starters shall be matched to the new motor requirements. Wiring and conduit shall be needed to connect to the new AHU from the disconnect. The climate control system associated with each AHU’s zone should be down approximately seven days or less. The complete replacement of each AHU should be

completed within fourteen (14) days of the start date of installation of the temporary unit for service. All Work Safety procedures are to be in accordance with the COE Safety and Health Requirements Manual (EM 385-1-1) with all APP and AHAs reviewed and accepted by the MCAS Cherry Point ROICC contracting organization designated representative. Base access for all contract employees shall be in accordance with MCAS Cherry Point Air Station Order (ASO) 5500.14 (current series). 2. Location All work will be located in Building 4389 in the First, Second and Third floor mechanical room(s) associated with each AHU. 3. Scope

To furnish and install new central station air handling units to replace the existing units (AHU) which are located on the first, second and third floor mechanical rooms in Building 4389. These units provide climate control to most areas of the Naval Health Clinic Cherry Point. Each unit will be of the same CFM, BTUS and number of supply zones as the unit it is replacing. A schedule of unit specifications is available on Replacement Hospital NAVFAC Dwg #4244367 available from Base Engineering.

This contract shall include a new air handler, all duct transitions and flex joints, fans and motors, drain lines, heating and cooling water piping, controls, control valves, hot water & chilled water coils, filter racks, external grease lines, electrical connections, general construction for any walls, mounting pads or other structures that have to be removed and/or replaced or repaired and all necessary waterline specialties to provide a turn-key change-out of each AHU.

Submittals for all AHU components (including air handler cases, coils, turning

vanes, dampers, pressure valves, duct work, insulation and motors will be submitted to the designated ROICC representative to forward for review/approval by the NHC CP Facilities SCE; with concurrence by the Facilities Maintenance Supervisor.

A temporary portable cooling and or heating system will be installed for climate

control of the zone for each AHU being replaced during the contract. This temporary system will be set up outside of the AHU’s mechanical room and ducted through the fresh air supply louvers. The power supply for the temporary climate control system will be connected to a power source in the nearest suitable electrical vault.

All water lines and duct work will be insulated and sealed.

Rectangular ductwork will meet the gauges and construction methods indicated in the latest ASHRAE (American Society of Heating, Refrigerating and Air Conditioning

Engineers) guide and by SMACNA standards (Sheet Metal and Air Conditioning Contractors’ National Association) for the indicated pressure classification per the original design.

Before and after TAB’d measurements of the air flow shall be taken to insure the same CFM of air is provided by the new unit. No decrease in current operations variance will be acceptable.

The contractor shall for each AHU replaced, have a before replacement and after

replacement TAB report for season 1 (the season during which the unit is replaced) completed by a source independent from the AHU installer.

All replacement units shall be installed to tie into the current TAC-CSI Computer

Monitoring and Operations System for proper operation.

All new equipment and components will meet current US Energy and ASHRAE performance criteria for maximum energy savings in accordance with Presidential Executive Order #13423 with a 3% anticipated energy savings over current equipment operations. NHC CP staff will review proposed replacement equipment savings to determine satisfactory compliance approval.

All work shall be completed in accordance with current NHC Cherry Point

Energy Monitoring and Control System (EMCS) criteria. The Building Management, Monitoring and Control System is a CSI/TAC, INET

2000, this is an in house system, separate from MCAS Cherry Point. The controls and sensors operate on 4 to 20 mA and will need to be removed from the AHU being replaced and added to the AHU being installed (this may involve minor wiring changes for relocation of the sensors). This system also controls all damper actions by way of pneumatic actuators. 4. Notes

The contractor shall provide a Maintenance/Care Plan covering each device and subsystem along with an associated preventive maintenance program submitted by one (1) copy to the Head of NHC CP Operations-Facilities Management.

All work should be completed during regular Clinic hours (0700-1900). Any work performed outside of these periods must be pre-approved by the ROICC representative and the NHC CP Facilities Manager with a twelve (12) hour minimum lead time.

The contractor will comply with Clinic and Base safety regulations (Clinic Safety Manager is Paul Nelson @ 466-0102). Work is to be completed in a safe and professional manner.

If flame generating equipment is used the contractor shall obtain a ‘HOT WORK’ permit from the MCAS CP Fire Department.

Prior to submitting the offer, bidders should visit the facility(s) to make field measurements, evaluations, etc., to become familiar with existing conditions, the vendor will be responsible for all measurements needed to build and or install all products.

The lock/tag out system shall be used when any equipment or power supply is secured.

NHC CP Facilities Maintenance staff and/or the command duty crew shall be notified at the start and finish of work each day.

The contractor shall be responsible for all material, supplies equipment and labor needed to do a turn-key job.

The contractor shall also be responsible for the removal of all trash, removed /replaced parts and or debris they generate on a daily basis to a location off MCAS CP proper.

All work shall be done in a manner of workmanship that shall reflect full journeyman capabilities in the required trade and would meet industry standards.

The work area shall be left in a clean and safe manner at the end of the work day.

The contractor shall comply with the Clinic’s infection control policy and procedures in effect at the time of this contract. The attached standard Pre-Construction Risk Assessment and Infection Control Risk Assessment form shall be completed prior to the start of work, per Environment of Care Standard # 02.06.05 and NFPA Life Safety Code 01.02.01.

The Clinic (NHC CP Staff Civil Engineer, Facilities Maintenance Supervisor and/or the command infection control nurse) will assist and advise the vendor on infection control procedures.

The Clinic (NHC CP Facilities Maintenance and/or the duty crew) will help and advise the vendor on the rerouting of patient traffic while the Vendor is working in an area or department.

To minimize relocation of temporary portable HVAC equipment used during AHU replacement, units located in multiple floor mechanical equipment rooms shall be replaced in sequence. Such as units 21.1 & 31.1, 21.2 & 31.2, 12.1, 22.1 & 32.1, 13.1 & 23.1 etc. Schedule of Units vs Rooms with Temporary Unit Set Up Locations follows:

12.1 – Room 1246 – West Access Road lawn area

13.1 – Room 1399 – West Access Road lawn area 14.1 – Room 1166 – West Access Road lawn area 15.1 – Room 1409 – West Access Road lawn area 21.1 – Room 2057 – Lawn area btwn Bldgs 4389 and 4390* 21.2 – Room 2043 – Lawn Area near MRI & front of Bldg 4389* 22.1 – Room 2104 – West Access Road lawn area 23.1 – Room 2240 – West Access Road lawn area 31.1 – Room 3048 – Lawn Area near MRI & front of Bldg 4389 31.2 – Room 3087 – Lawn area btwn Bldgs 4389 and 4390 32.1 – Room 3148 – West Access Road lawn area

*Room numbers 2057 for 21.1 and 2043 for 21.2 are correct, the drawings are incorrect.

PRE-CONSTRUCTION RISK ASSESSMENT EC.02.06.05, LS.01.02.01

Project Title ___________________________ Project # / Project Coord / Phone _____________________________________ Location ___________________________ Description of work _______________________________________________ Start Date ___________________________ _______________________________________________________________

YES NO

Off Tour Construction Necessary?

Permit Required Confined Space (PCRS) Entry Necessary?

Cutting, Burning, or Welding Necessary?

Asbestos/Lead or Other Hazardous Abatement Necessary?

Lock-Out/Tag-Out of any of the following systems will be necessary _____ Domestic Water _____ Electrical Systems _____ HVAC Systems _____ Medical Gases _____ Steam Systems _____ Security Alarms The Following Disciplines/Shops Will Be Involved In This Project _____ Infection Control _____ Construction _____ Paint Shop _____ Engineering _____ Biomed _____ Safety _____ Patient Safety _____ Carpenter _____ IMD _____ Other

PROJECT COORDINATOR CONDUCTED CONTRACTOR BRIEFINGS & TRAINING DATE

Ensuring free and unobstructed access to emergency department/services and for emergency response personnel

Ensuring fire alarm, detection, and suppression systems are not impaired, a temporary, but equivalent system shall be provided when any fire system is impaired

Contractor will schedule work to minimize time systems are impaired and to notify safety section prior to fire systems being impaired

Ensuring temporary construction partitions are smoke tight and built to noncombustible or limited combustible materials that will not contribute to the development or spread of fire

Providing additional fire-fighting equipment and use training for personnel

Developing and enforcing storage, housekeeping, and debris removal practices that reduce the flammable and combustible fire load of the building to the lowest necessary level for daily operations

Met with Services/Sections surrounding the construction site to inform them of impact/precautions to be taken and to instruct them in basic I/C requirements

Met with the Construction Manager, Construction Crews, and Sub-Contractors to inform them of the impact/precautions to be taken and to instruct them in Basis I/C requirements

Informed the Project Coordinator that barriers are not to be removed from work area until the completed project is inspected by the Safety and Infection Control Representative and thoroughly cleaned

Schedule work that may create high noise, vibration, and others hazards to minimize affect on patient care, treatment, and services

PRE-CONSTRUCTION RISK ASSESSMENT EC.02.06.05, LS.01.02.01

THIS PROJECT WILL REQUIRE INTERIM LIFE SAFETY MEASURES IN ANY OF THE FOLLOWING ARE CHECKED YES YES NO

The issue alters or significantly compromises exit access, exiting, or exit discharge building elements.

Significant compromise of building compartmentalization including fire or smoke walls, floor/ceiling assemblies, corridor walls, use area doors or other defend in place elements.

The issue impairs the building fire alarms or sprinkler systems for more than 4 hours in a 24-hour period.

The activity includes significant ignition sources such as cutting, welding, or other operations using flame or producing sparks.

The activity includes large quantities of combustible materials, flammable materials, or generation of large amounts of dust and debris. ILSM MEASURES ARE REQUIRED FOR THIS PROJECT _____ YES _____NO

DURING ALL CONSTRUCTION PROJECTS YES

Negative pressure exhaust will be in place, unused doors sealed with duct tape, air supply/exhaust vents are to be sealed off

“Sticky” dust mats & carpeting remnants will be installed at all construction entrances & exits to reduce dust

Contractors thoroughly sweep/clean construction & entrances/exits areas daily or more often if needed

Construction area is broom-cleaned at end of the day; no trash is left on site (to prevent vermin)

Project coordinator to check site daily and log in project folder

Appropriate safety and project signage will be posted

All doors into area are smoke tight, self closing and self locking

Temporary partitions separating construction from occupied areas will be smoke tight, all penetrations will be maintained in a smoke tight condition by the use of approved/rated materials (separate “Above Ceiling Permit” may be required)

Firefighting equipment will be in place and accessible

Ceiling tiles are replaced as soon as possible

All power equipment is UL listed, outlets are GFCI, equipment is properly grounded, extension cords and wiring is protected, open conductors are secured at 10 foot intervals, and temporary lighting, heating or electrical devices are in accordance with the NEC

Flammable and combustible liquids/gases/solids shall be used / stored properly

No smoking policy will be enforced

Smoke detectors will be covered to prevent dust contamination – covers to be removed at end of each workday

Trailers, sheds, and dumpsters will be no closer than 10 feet from building

Gang boxes and tool carts will be secured at all times whenever accessible

Hard hats will be required for this project when appropriate

UPON PROJECT COMPLETION

• Wipe work surfaces with disinfectant • Wet mop entire area • Remove isolation of HVAC system in areas where work is being performed • Remove barrier materials carefully to minimize spreading of dirt and debris associated with construction

PRE-CONSTRUCTION RISK ASSESSMENT EC.02.06.05, LS.01.02.01

Infection Control Risk Assessment YES NO CONSTRUCTION/MAINTENANCE ACTIVITY YES NO INFECTION CONTROL RISK GROUP

TYPE A: Inspection, minimally invasive activity: Includes,but not limited to: *Removal of ceiling tiles for visual inspection limited to 1 tile per 50 square feet. *Painting but not sanding *Wall covering,electrical trim work,minor plumbing,and activities that do not generate dust or require cutting of walls, or access to ceilings other than visual inspection.

GROUP 1: Lowest Risk(Office, Administration, Public areas)

TYPE B: Small scale, short duration activities which create minimal dust: Includes but not limited to: *Installation of telephone & computer cable/wire. *Access to chase spaces *Cutting of walls or ceiling where dust migration can be controlled.

GROUP 2: Medium Risk(Cardiology,Echocardiography,Endoscopy,Nuclear Medicine,Physical Therapy, Outpatient clinics)

TYPE C: Work that creates a medium/high level of dust, requires demolition or removal of any fixed building components or assemblies: Includes but not limited to: *Sanding of walls for painting/wall covering *Removal of floor coverings,ceiling tiles and casework *New wall construction *Minor duct or electrical work above ceilings. *Major cabeling activities *Any activity which cannot be completed within a single work shift.

GROUP 3: High Risk(Radiology,ER,Galley,L&D,Laboratory,Nursery,MBU,APU,PACU,Pediatrics,Pharmacy,Respiratory therapy,Surgical units,Nuclear medicine)

TYPE D: Major demolition and construction projects: Includes but not limited to: *Activities which require consecutive work shifts. *Requires heavy demolition or removal of a complete cabling system. *New construction

GROUP 4: Highest Risk:(Central Sterile Supply, ICU, MSW, AII rooms, MOR, Pharmacy Admixture room, Special Procedure areas.

CONSTRUCTION ACTIVITY

TYPE “A”

TYPE “B"

TYPE “C”

TYPE “D”

RISK LEVEL

Group 1(low) I II II III/IV

Group 2(medium) I II III IV

Group 3(high) I II III/IV IV

Group 4(highest) II III/IV III/IV IV

WHEN ILSM’S ARE IN PLACE SAFETY STAFF HAS CONDUCTED NOTIFICATIONS AND TRAINING YES NO

Duty crew has been notified to conduct a fire watch at least once per shift during non-business hours whenever any portion of the alarm, detection, or suppression system is impaired for more than four hours within a twenty-four hour

If exits are obstructed, then personnel in building were trained on alternate routes and exits

Construction areas will have designated and marked exits, maps delineating new exits pathways are in place Staff in affected areas will receive 1 additional fire drill per shift per quarter

PRE-CONSTRUCTION RISK ASSESSMENT EC.02.06.05, LS.01.02.01

CLASS I

1. Execute work by methods to minimize raising dust from construction operations. 2. Immediately replace any ceiling tile displaced.

3. When changing stained/soiled-ceiling tiles, access the stained/soiled tile via an adjacent tile and spray the inside surface with a hospital-approved disinfectant prior to removal. This will minimize any dust and environmental contamination.

CLASS II

1. Provides active means to prevent air-born dust from dispersing into atmosphere, i.e. control cube. 2. Water mist work surfaces to control dust while cutting. 3. Seal unused doors with duct tape. 4. Block off and seal air vents.

5. Wipe surfaces with disinfectant 6. Contain construction waster before transport in tightly covered containers or bags. 7. Wet mop and/or vacuum wit HEPA filtered vacuum before leaving work area. 8. Remove or isolate HVAC system in areas where work is being performed.

CLASS III

1. Isolate HVAC system in area where work is being done to prevent contamination of the duct system. 2. Maintain negative air pressure within work site utilizing HEPA equipped air filtration units. 3. Complete all critical barriers or implement control cube method before construction begins. Barriers are not to be removed until project is completed and area is terminally cleaned.

4. Place dust mat at entrance and exit of work area. 5. Remove barrier materials carefully to minimize spreading of dirt and debris. 6. Contain construction waste before transport in tightly covered containers and tape covers. 7. Wet mop and/or vacuum with HEPA filtered vacuum before leaving work areas. 8. All other guidelines for Class II project not already outlined.

CLASS IV

1. All guidelines for Class III projects. 2. Seal holes, pipes, conduits, and punctures appropriately. 3. Construction anteroom and require all personnel to pass through this room where paper coveralls can be donned and removed each time the work site is entered or exited.

4. All personnel entering work site are required to wear shoe covers. Shoe covers must be changed each time the worker exits the work area. 5. Do not remove barriers or anteroom until the Infection Control Officer, the Project Manager, the Facilities Engineer, and the Safety Officer inspect the completed project.

______________________________ __________________ _____________________ Safety Date Phone _______________________________ __________________ ______________________ Infection Control Date Phone _______________________________ __________________ ______________________ Engineering Date Phone _______________________________ __________________ ______________________ Contractor (if applicable) Date Phone

General Decision Number: NC120065 07/20/2012  NC65  Superseded General Decision Number: NC20100102  State: North Carolina  Construction Type: Building  Counties: Chowan, Craven, Dare, Gates, Jones, Martin and  Washington Counties in North Carolina.   BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).   Modification Number     Publication Date           0              01/06/2012           1              07/06/2012           2              07/20/2012  * PLUM0421‐004 07/01/2012                                    Rates          Fringes  PIPEFITTER (Excluding HVAC    System Installation).............$ 24.40             9.35 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   SUNC2011‐046 08/26/2011                                    Rates          Fringes  BRICKLAYER.......................$ 19.38             8.73    CARPENTER (Drywall Hanging    Only)............................$ 18.13             1.31    CARPENTER (Form Work Only).......$ 14.21             0.41    CARPENTER, Excludes Drywall    Hanging, and Form Work...........$ 14.64             2.39    CEMENT MASON/CONCRETE FINISHER...$ 14.02             0.00    ELECTRICIAN......................$ 17.10             1.47    HVAC MECHANIC (HVAC Duct    Installation Only)...............$ 15.58             1.53 

   IRONWORKER, STRUCTURAL...........$ 18.75             5.62    LABORER:  Common or General......$ 10.57             0.67    LABORER:  Landscape &    Irrigation.......................$ 10.29             1.82    LABORER: Mason    Tender‐Brick/Cement/Concrete.....$ 10.00             0.00    OPERATOR:     Backhoe/Excavator/Trackhoe.......$ 14.71             2.33    OPERATOR:  Crane.................$ 19.25             2.37    OPERATOR:  Grader/Blade..........$ 15.71             1.49    PAINTER:  Brush, Roller and    Spray............................$ 14.36             1.97    PLUMBER (HVAC System    Installation)....................$ 16.96             3.17    PLUMBER, Excludes HVAC System    Installation.....................$ 17.34             2.09    ROOFER...........................$ 13.55             0.80    SHEET METAL WORKER, Excludes    HVAC Duct and System    Installation.....................$ 13.09             1.28    TRUCK DRIVER:  Dump Truck........$ 12.50             1.21 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  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 rate.  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 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