Muckleshoot Housing Program PROJECT MANUAL FOR A GENERAL CONTRACT Project: Owner: Bid for Installation ofnew HV AC for unit 27 in Skopabsh Village Muckleshoot Housing Program 38037 ~ 158th Avenue SE Auburn, Washington 98092 Telephone (253) 939-3311 Fax (253) 735-6473 Contract Specialist: Date: Contact: Marie Solomon Telephone: (253) 876-2870 Fax: (253) 735-6473 February 23, 2015 INVITATION FOR BIDS The Muckleshoot Housing Authority will receive bids for installation of new HV AC unit in our rental unit #27 in Skopabsh Village (Address 15730 SE 382"d PI) Written bids will be received until 3:00 P.S.T., on Wednesday, March 4, 2015, at the office of the Muckleshoot Housing Program 38037 ~ 158th Avenue SE, Auburn, Washington 98092. Bids received after this time will not be accepted. Notice is hereby given to all prospective bidders that the Muckleshoot Indian Tribe has established a Local Ordinance concerning Indian Preference. INSTRUCTIONS TO BIDDERS SCOPE OF WORK: Installation of new HVAC unit, to include all mechanical, plumbing, and electrical components, minor cutting and patching. Owner will remove existing wall heaters prior to installation of new heating units. See Attachment A-Scope of Work for full details of bid. Unit is vacant at this time 1. Provide labor and material and equipment required to complete all work described herein. Work shall include but not be limited to the scope of work. 2. Use separate sheet of paper to break down bid into individual areas/items. 3. Please contract Lisa Perez 253-261-3416 for a walk thru ofthe unit. H:\Contracts\Bids\Unit 27 HV AC Bid. doc 1
Muckleshoot Housing Program 1. REFERENCE DOCUMENTATION: The following documents are hereby incorporated into the project by reference and/or attachment: Warranty Requirements; minimum of one year. Certificate of Insurance; HUD Form 5307C WageRate Non-Collusive Affidavit All Bidders are required to procure copies of any of the above referenced documents that are not attached in the accompanying bid documents. 2. INDIAN PREFERENCE: Bidders seeking to qualify for preference in contracting or subcontracting shall submit proof oflndian ownership with their bids. Proof of Indian ownership shall include but not be limited to: Certification by a tribal enrollment official or other evidence that the bidder is an Indian; 3. Evidence to document 51% ownership, or more, such as articles of incorporation, stock ownership, structure, management, control, fmancing and salary or profit sharing arrangements of the enterprise. 4. LICENSING AND BONDING: All bidders must be properly licensed and bonded to operate as a General Contractor in the State of Washington and must maintain currency throughout the duration of the project. INSURANCE: Before commencing the Work, the Contractor will submit (and have the MHA listed as additionally insured) to the Muckleshoot Housing Program with proof of the following: Workers Compensation Insurance in accordance with Washington State Law; General Liability Insurance of not less than $1,000,000.00; Automobile Liability Insurance of not less than $500.000.00. It is the responsibility of General Contractor to ensure that all subcontractors engaged to perform any part of the Work are properly licensed and bonded in accordance with applicable Washington State Law. 5. SALES AND USE TAX: The Muckleshoot Housing Program is exempt from Washington State sales tax, Local Option Sales and Use Tax in the bid. 6. FEDERAL EXCISE TAX: The Muckleshoot Housing Program is exempt from Federal Excise Tax. The Bidder shall exclude all Federal Excise Tax on taxable items. 7. BID SUBMITTAL: Bids may be faxed and include all of the following documents: Completed Bid Form; Notarized Non-Collusive Affidavit; Certificate of Insurances; Business License H:\Contracts\Bids\Unit 27 HV AC Bid. doc 2
Muckleshoot Housing Program 8. BID COMPLIANCE: The Muckleshoot Housing Program will not read or consider any bid, which does not fully comply with the above provisions as to bonding, licensing, and qualifications. Any deficient bid submitted will be resealed and returned to the bidder immediately. 9. BID DISQUALIFICTION: The Muckleshoot Housing Program reserves the right to disqualify bids before or after the bid opening upon evidence of collusion with the intent to defraud or other illegal practices on the part of the bidder. The Muckleshoot Housing Program reserves the right to accept or reject any or all bids or to waive informalities or irregularities in the bidding process. 10. CONTRACT AWARD: The Muckleshoot Housing Program will evaluate all responsive bids and will award the contract based upon the following criteria: Qualified Indian-Owned Economic Enterprise Lowest Responsive Base Bid Previous Performance on Similar Projects 15% 75% 10% 100% 11. SUBCONTRACTORS: The apparent low bidder for the project will provide the Muckleshoot Housing Program a listing of all subcontractors whom they intend to engage for portions of the Work no later than two (2) business day after written notice of contract award. The Muckleshoot Housing Program reserves the right to reject any subcontractor without additional explanation. 12. INTERPRETATION: No oral interpretation will be made as to the meaning of the scope of work or specifications. Interpretations will be in the form of addenda, which will be on file in the Housing office. It shall be the bidder's responsibility to make inquiry as to addenda issued. All addenda shall become a part of the contract and all bidders will be bound by such addenda, whether or not received by the bidders. 13. CONTRACT: The form of Contract used will be a Muckleshoot Housing Authority Contract. The undersigned hereby submits the following: BASE BID: Pursuant to and in compliance with the contract documents, the undersigned hereby certifies that he/she has personally and carefully examined the Instructions to Bidders, Conditions of the contract (general, supplementary and other), Specifications and other reference and related documents: Muckleshoot Housing Authority Skopabsh Village HV AC installation for Unit 27 as well as site conditions affecting the Work, proposes to furnish all labor, materials, machinery, superintendence, insurance, supplies, overhead and profit appliances, transportation, tools, equipment and other accessories/facilities/services/allowances/costs necessary and required for: Installation ofnew HVAC system in unit 27 H:\Contracts\Bids\Unit 27 HV AC Bid. doc 3
Muckleshoot Housing Program The completion of ALL WORK RELATED TO THE scope of work and strict accordance with the above referenced documents. Signature Date Bidder name Official address Telephone( Signature ----------------------------- Name Title---------------------------------- In submitting this Bid, the undersigned agrees: 1. To furnish all material, labor, tools, expendable equipment and all utility and transportation services necessary to perform and complete in a professional manner. 2. To execute and deliver a contract in the prescribed form, if awarded on the basis of this Bid, and to furnish insurance documents accordance with the Instructions to Bidders within ten (10) days after the contract is presented for signature. 3. To commence work at the time stipulated in the Notice to Proceed. END OF BID FORM H:\Contracts\Bids\Unit 27 HV AC Bid.doc 4
Muckleshoot Housing Program FORM OF NON-COLLUSIVE AFFIDAVIT State of -------------------------------------J Counzyof ~ ----------------------------------------------J being first sworn, deposes and says: That he/ she is ------------------------------------------------------------------------------------- (Company /Title) That party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder, or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Muckleshoot Housing Authorizy or any person interested in the proposed contract; and that all statements in said proposal or bid are true. Signature of Bidder Subscribed and sworn to, before me this Day of, 2015. My Commission Expires: Notary Public H:\Contracts\Bids\Unit 27 HV AC Bid.doc 5
Muckleshoot Housing Authority October 13,2011! I '! ; '.j J I I I I!.; ;.-1 :j.i 1 I. Scope of Work The scope of work is to include a complete HVAC system including all mechanical, plumbing and electrical components; minor cutting and patching is to be included. Some units may be occupied. The main components of the work are noted below. 1. Demolition: Removal of existing wall heaters will be done by the Owner. Minor cutting of drywall & siding required for the installation of ductwork, registers and electrical conduit 2. Finishes: On the second story of the two story units, where the supply air duct crosses the room above the window, the Owner will cover the duct with drywall and paint. 3. Mechanical; Bidder designed duct system for new forced air heating unit; the base price unit will comprise of a single speed air handling unit and the heat pump will meet the minimal SEER requirements of the energy code. Install new HVAC system; air handling unit located in the attic of the two story units, in the closet adjacent to the back door of the one story units. The condensing unit is to be installed near the kitchen window of the two story units and near the back bedroom window of the one story units Cover exterior, exposed refrigerant and condensate lines. Include programmable thermostat and all associated wiring. Include condensate pump, tubing, drain pan, and switch. Include pad for condensing unit. Provide "convenience" or "non-certified" air balance upon completion of installation. Mechanical permit 4. Plumbing: All material and labor for plumbing pipe work associated with the installation of the new HVAC systems. Pluming permit - if required 5. Electrical: All material and labor associated with line or low voltage wiring associated with the installation of the new HVAC systems. Electncaf permit(s) and permit fees. 6. Bond Costs: no bonds will be required for this project. 7. Wages: Prevailing wages per Davis Bacon Act 11. Contract Documents Page 2 of3... _.... _.,
, ' 1\lfuckl~ashoQt Housing Authority,---.,') Octoher 13. 20 I I rit Additional Clarifications 1. Contractors submitting bids shall include the cost of "prevailing wages" as required by the Davis-Bacon Act. Refer to the General Decision WA20100033 03//18/2011 WA33 for current rates and the Davis Bacon Act for additional infonnation. 2. Indian Preference: Bidders seeking to qualify for preference in contracting {VI 3 above) or subcontracting shall submit proof of Indian ownership. with their bids. Proof of Indian ownership shall include but not be limited to: Certification by a tribe or other evidence that the bidder is an Indian; Evidence to document 51% ownership or more, such as articles of incorporation, stock ownership, structure, management, control, financing and salary or profit sharing arrangements of the enterprise. 3. licensing and Bonding : All bidders must be property licensed and bonded to operate as a General Contractor in the State of Washington and must maintain currency throughout the duration of the project. 4. rnsur~nce: before commencing the Worl<, the C~mtractor will submit to Muckleshoot with proof of the following; Workers Compensation Insurance in accordance with Washington State Law; General Liability Insurance of not less than $1,000,000._00 per occurrence; $2,000,000 aggregate. Automobile Liability Insurance of not less than $1,000,000. 5. It is the responsibility of General Contractor to ensure that all subcontractors engaged to perform any part of the Work are properly licensed and bonded in accordance with applicable Washington State Law. 6. Sales and Use Tax: The Muckleshoot Housing Authority is exempt from State of Washington and Local Option Sales Tax and Use Tax; therefore costs of such should not be included in the bid amount. 7. Federal Excise Tax: The Muckleshoot Housing Authority is exempt from Federal Excise Tax. Bidders shall exclude all Federal Excise Tax on taxable items. One Story Designed Unit v. Additional Information Contractor is responsible for scheduling all required inspections. Page 3 of3..,..,.....
Page 1 of6 General Decision Number: WA150118 01/23/2015 WAllS Superseded General Decision Number: WA20140118 State: Washington Construction Type: Residential County: Pierce County in Washington. 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 0 1 Publication Date 01/02/2015 01/23/2015 BRWAOOOl-018 06/01/2014 BRICK POINTER/CAULKER/CLEANER... $ 36.65 BRICKLAYER... $ 36. 65 14.67 14.67 * ELEV0019-001 01/01/2015 ELEVATOR MECHANIC... $ 48.59 23.39+a a. Paid Holidays- New Year's Day, Memorial day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving, Christmas Day LAB00238-001 06/01/2013 LABORER (Mason Tender - Cement/Concrete)..... $ 24.10 10.65 LAB00242-001 06/01/2014 http://www. wdol.gov/wdol/scafiles/davisbacon/w A118.dvb?v= 1 2/23/2015
Page 2 of6 LABORER (Mason Tender- Brick)... $ 33.08 10.30 PAIN0188-006 10/01/2014 GLAZIER... $ 26.81 10.38 PLAS0528-003 06/01/2014 CEMENT MASON/CONCRETE FINISHER... $ 37.43 14.95 SFWA0699-001 01/01/2014 SPRINKLER FITTER............. $ 31.16 11.27 SHEE0066-044 06/01/2013 SHEET METAL WORKER (Including HVAC Duct Installation)... $ 44.69 23.96 TEAM0690-010 01/01/2014 TRUCK DRIVER GROUP 3......... $ 2 0. 7 6 GROUP 4... $ 21.04 GROUP 5... $ 21.12 GROUP 6... $ 21.27 GROUP 7... $ 21. 7 3 GROUP 8... $ 22.00 TRUCK DRIVERS CLASSIFICATIONS GROUP 3: Trucks, side, end, bottom and (3 yards to and including 6 yds.) GROUP 4: Trucks, side, end, bottom and (over 6 yds. to & including 12 yds.) GROUP 5: Trucks, side, end, bottom and (over 12 yds. to & including 20 yds.) GROUP 6: Trucks, side, end, bottom and (over 20 yds. to & including 40 yds.) GROUP 7: Truck, side, end, bottom and (over 40 yds. to & including 100 yds.) GROUP 8: Trucks, side, end, bottom and (over 100 yds.) 15.19 15.19 15.19 15.19 15.19 15.19 articulated end dump articulated end dump articulated end dump articulated end dump articulated end dump articulated end dump FOOTNOTE A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR - This level may use an air purifying respirator or additional protective clothing. http://www.wdol.gov/wdovscafiles/davisbacon/w A118.dvb?v=l 2/23/2015
Page 3 of6 LEVEL A-B: - $1.00 PER HOUR - Uses supplied air in conjunction with a chemical splash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. SUWA2011-013 06/27/2014 CARPENTER... $ 20.37 7.02 DRYWALL HANGER AND METAL STUD INSTALLER... $ 24. 59 0.00 ELECTRICIAN... $ 33. 54 11.71 LABORER: Common or General.... $ 23. 21 9.00 OPERATOR: Backhoe/Excavator/Trackhoe..... $ 34.75 15.15 OPERATOR: Bobcat/Skid Steer/Skid Loader.... $ 17.53 0.00 OPERATOR: Bulldozer......... $ 29.63 0.00 OPERATOR: Concrete Pump..... $ 33.57 15.15 PAINTER (Brush, Roller, and Spray)............... $ 23.24 7.20 PAINTER: Drywall Finishing/Taping Only...... $ 34.36 14.34 PLUMBER...... $ 30.53 7.84 ROOFER...... $ 23.12 2.90 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 (29CFR5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the http://www.wdol.gov/wdol/scafiles/davisbacon/wa118.dvb?v=l 2/23/2015
Page 4 of6 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 http:/ /www.wdol.gov/wdol/scafiles/davisbacon/w A118.dvb?v= 1 2/23/2015
Page 5 of6 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 http://www.wdol.gov/wdovscafiles/davisbacon/wa118.dvb?v=l 2/23/2015
Page 6 of6 4.) All decisions by the Administrative Review Board are final. c::::::============-=====~===--==-=:========= END OF GENERAL DECISIOND http:/ /www.wdol.gov/wdol/scafiles/davisbacon/w A118.dvb?v= 1 2/23/2015