HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
Currents Aquatics Center Pool and Spa Plaster Refinish 2026
Federal opportunity from City of Missoula. Place of performance: MT. Response deadline: Aug 22, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 358 more rate previews.↓
Point of Contact
Agency & Office
Description
Bid Postings • Currents Aquatics Center Pool and Spa Plaster Skip to Main Content Search Government Departments Community Business How Do I? Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Bids, RFPs & RFQs Print Bid Title: Currents Aquatics Center Pool and Spa Plaster Refinish 2026 Category: Building/Facilities Construction Status: Open Description: REQUEST FOR PROPOSALS (RFP) FOR THE DEMOLITION OF EXISTING PLASTER AND INSTALLATION OF A NEW PLASTER FINISH FOR THE CURRENTS AQUATICS CENTER The City of Missoula Parks and Recreation Department (City) is asking for Request for Proposals (RFP) for the demolition and disposal of the existing plaster and to provide and install a new plaster finish to the pool and spa at the Currents Aquatics Center, located at 600 Cregg Ln, Missoula, MT 59801. The City will select one (1) Supplier to provide the equipment, materials, and labor for the project outlined in this request. Work is to include the demolition of the existing plaster and the installation of a commercial grade pool plaster for the existing pool and spa within the selected time frame of the annual closure of the facility. More details will be provided in the Scope of Work. A complete set of the RFP documents including a description of the services to be provided, the minimum content, and the factors to be used to evaluate the responses, may be obtained on the City website: http://www.ci.missoula.mt.us/bids . Select “All other Bids, RFPs & RFQs.” Scope of Work Facility Description & Project History Currents Aquatics Center is an indoor water park at 600 Cregg Ln in Missoula, Montana. Original construction was completed in June of 2006 and opened to the public. The pool and spa are made of a Gunite shell with a Diamond Brite plaster finish to waterproof it. The pool consists of a shallow play area, lap lanes, and a slide plunge area with depths ranging from 0” to 8’-6”. Both the pool and spa have a tile coping around the water line and some tile accents underwater. The pool also has a stainless-steel gutter/coping in some areas. This will be the first time the pool and spa have been fully replastered since opening to the public in 2006. A plaster finished pool shell typically has around a 15-year life span but with extreme care and some light patching we have been able to stretch that life span by 5 years. Now it is in need of a fresh plaster finish. Where we have had to patch has worn thin and rust from the rebar continues to seep through despite our best efforts to seal it off from exposure to the water. In other places the Gunite has started to show and overall, the plaster has lost its bright color and clean look. This is all general wear and tear of a plaster finished pool and ours is coming to the end of its life span. The project will be set to take place in our scheduled 3-week shutdown of Currents, from August 22, 2026, through Sept 12, 2026. Time is of the essence in this contract. Therefore, the Contractor shall prosecute the work regularly and uninterruptedly with such force as to complete the work within the contract time and to minimize the effects on the regular function of the facility. While the Pool area will be closed to the public, the lobby and offices attached to the building will be functioning regularly. Staff will be on-site during work hours to complete other projects and will work with contractor to ensure these projects do not slow or limit Contractor’s operations. Work to be Performed by the Selected Bidder Pool and Spa: 1. Equipment Removal: Contractor shall remove and safely store all pool toys, ropes, towers, ladders, fiberglass bear slide feature and other equipment in cooperation with facility staff. Staff will help to find storage on-site. 2. Surface Preparation: a. The facility will drain pool and spa following local environmental discharge protocols. Draining will commence on Aug 21, 2026, at the regular closure time for the pool. Draining should be complete by 5 p.m. on August 22, 2026. b. Contractor will perform a “tap test” to identify and remove all loose, hollow, scaling, bubbling or delaminated plaster. c. Contractor will Grind/Cut down existing plaster 6 inches below the waterline tile and the tile on the pool bottom to create a notched header, allowing the new plaster to “feather” in flush with the tile. d. Contractor will Grind/Cut down/ chip out existing plaster around the water features (pipe spray features and ground geysers) and plaster over the bolt connections to ensure a smooth layer on top of the bolts. e. Bonding: Contractor will apply a professional grade submerged primer/bonding agent. (Multicoat or similar) to the entire cleaned shell to ensure adhesion of the new finish. 3. Structural & Tile Repairs a. For all rust spots, the contractor shall chip out concrete to 1 inch behind the rebar, cut back oxidized metal, clean & treat ends with a corrosion inhibitor epoxy or sealant and patch with waterproof hydraulic cement. b. Inspect and replace all broken or loose waterline and underwater tiles with matching commercial grade tiles. c. Inspect the grout lines on the existing pool tile and regrout any areas that display degradation of the grout using an epoxy based white grout. d. Safety Tile Break Line Installation: Contractor will install a 2-inch wide, about 32 foot long, safety marker tile line in the pool bottom and sides in the beach entry pool. i. The tile shall be flush with the level of the pool shell ii. Tile break line shall consist of 1-inch, non-slip rated tile (wet DCOF of .6 or R12 or approved equal) that is rated for submerged environment, and which has similar slip resistance to the plaster on either side of it. iii. This tile line shall be a 2-inch wide, continuous contrasting line to serve as a visual marker of where the pool depth tends to be enough that a toddler can be drawn into deeper water by the flow of the water. iv. Tile shall be dark blue to match the existing safety break line in the lap pool. Submittal required to approve color. v. This line will be installed where the facility currently uses a buoyed rope as a depth indicator. e. Fittings: Inspect all wall and floor returns. Repair or replace any cracked or broken fittings as needed. 4. Surfacing & Finish: a. Sand down existing stains and seal “problem areas” susceptible to weeping or moisture migration. b. Apply new PebbleSheen or Diamond Brite plaster (or approved equal). Contractor shall provide Facility with color options to decide on the plaster. Submittal required to approve color. i. Maintain a minimum thickness of ½ inch. ii. Finish must be smooth, uniform and free of trowel marks or sharp edges. 5. Refill all vessels with water (working with facility to accomplish) and start up the new plaster as per manufacturer recommendation including acid finish with brushing and then balance chemicals before starting pumps. 6. Re-install facility equipment (ladders, ropes, bear slide, etc.) 7. Sweep and dispose of all demolition and construction refuse leaving a turnkey environment. 8. All acid bath and other plaster cure steps shall be completed no later than Wednesday, Sept 9 to allow Facility the necessary time to balance the water, filter and heat in anticipation of Saturday, Sept 12 reopen to the public. 9. Contractor shall take steps to limit negative effects of acid bath on the pipe spray features. 10. Facility recognizes that brushing may be necessary after reopening, due to the tight schedule. It is understood that brushing may be required twice (2x) daily for fourteen consecutive days to remove plaster dust. Facility accepts this as their responsibility, but requests formal training so that it is accomplished correctly and does not affect the warranty. SEE ENTIRE BID PACKAGE AT: https://www.ci.missoula.mt.us/DocumentCenter/View/80829/FINAL-2026-Currents-Aquatics-Center-Plaster-Refinish-RFP-Bid-Package Publication Date/Time: 4/20/2026 12:00 AM Publication Information: Missoulian April 23 and 30, May 7, 2026 Closing Date/Time: 5/15/2026 4:00 PM Submittal Information: Parks & Recreation Admin. Building, 600 Cregg Ln, Missoula, MT 59801, Attn: Myles Wilson Contact Person: Myles Wilson, wilsonm@ci.missoula.mt.us, 406-830-4145 Plan & Spec Available: SEE ENTIRE BID PACKAGE AT: https://www.ci.missoula.mt.us/DocumentCenter/View/80829/FINAL-2026-Currents-Aquatics-Center-Plaster-Refinish-RFP-Bid-Package Business Hours: Mon - Fri, 8 am - 4:30 pm Special Requirements: Construction is expected to be scheduled and completed within the 3-week time frame of the designated closure of the facility. The closure will take place from August 22, 2026, through September 12, 2026. More timeline details will be included in the Scope of Work. A Liquidated Damages Clause will be included in the Agreement based on calculated revenue loss per day should the project go past the allotted time frame. Related Documents: FINAL 2026 Currents Aquatics Center Plaster Refinish RFP Bid Package Return To Main Bid Postings Page Live Edit Agendas & Minutes City Council Board & Commission Neighborhoods Bids & Proposals City Budgets FY2026 Adopted Budget FY2025 Adopted Budget FY2024 Adopted Budget FY2023 Adopted Budget FY2022 Adopted Budget FY2021 Adopted Budget FY2020 Adopted Budget FY19 Adopted Budget FY18 Adopted Budget FY17 Adopted Budget FY16 Adopted Budget FY15 Adopted Budget FY14 Adopted Budget FY13 Adopted Budget FY12 Adopted Budget FY11 Adopted Budget Documents FY10 Adopted Budget Documents FY09 Adopted Budget Documents Currents Aquatics Center Maps & Trails Road Report Splash Montana State of the Community City of Missoula Official Twitter Pages City of Missoula Official Instagram Pages Improve our Site Payments Meetings Jobs Parks & Recreation Licenses & Permits Public Safety Contact Us 435 Ryman St. Missoula, MT 59802 Phone: 406-552-6000 | TTY: 406-552-6131 Quick Links Meet Mayor Davis Meeting/Webcasts Zoning Information Flood Protection Information Meet the Cit
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.