Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

56 -- Craig Flooring - 12010918Q0051 Craig Flooring Solicitation

Notice Date
5/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Forest Service - R-10 Alaska Region
 
ZIP Code
00000
 
Solicitation Number
12010918Q0051
 
Archive Date
5/26/2018
 
Point of Contact
Laurie Moore, Phone: 9075867902, Della Koelling, Phone: 907-586-8852
 
E-Mail Address
lauriemoore@fs.fed.us, dkoelling@fs.fed.us
(lauriemoore@fs.fed.us, dkoelling@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
12010918Q0051 Craig Flooring Solicitation - includes wage determination, flooring layout, and picture. THE SCHEDULE Supplies or Services and Prices/Costs SECTION B - SCHEDULE OF ITEMS Contract Line Items (CLINs): Base Items ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1 Carpet Removal and Disposal 1 LS $ $ 2 Laminate Flooring Installation 1 LS $ $ 3 Shipping/Transportation 1 LS $ $ TOTAL $ ABBREVIATIONS: LS = Lump Sum NOTE: OFFERORS must submit prices for all items included in the price schedule. SECTION C- DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK C-1. Scope The scope of this project includes the repair, maintenance and alteration to the buildings at the Craig Ranger District Apartments. Base bid work includes replacing the carpet in apartment #7 with laminate flooring. C-2. General Description Description: This project includes the removal and disposal of carpet and carpet pad in apartment #7 of the Craig apartment complex and shall be replaced with laminate flooring and underlayment. C-3. Project Location and Facilities The project is located at the U.S. Forest Service Craig Ranger District Housing Apartments at 905 Beach Street Apt. #7 in Craig, Alaska 99921. Craig is accessible by vehicle via the Prince of Wales ferry or floatplane out of Ketchikan, Alaska 99901. C-4. Resources Provided by the Contractor Unless otherwise provided, the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, and perform all work required to complete the project in accordance with drawings, specifications, and provisions of the contract. All appurtenances, fasteners, hardware, and connections to make a complete and useable system are considered incidental to the work items. Price Range The magnitude of construction is estimated to be: Less than $25,000.00 C-5. Period of Performance May 20, 2018 through September 30, 2018 C-6. Special Conditions a. Design and construction will meet the current versions of federal, state, local ordinances, and model building codes. b. Contractor will be responsible for daily cleanup of all construction debris. c. Existing installed construction and equipment to remain will be inspected prior to onsite work. Contractor will protect this existing construction and equipment from damage during construction. d. Contractor shall repair any damage to facilities or site affected by the work. e. All items to be removed become the property of the contractor. f. All material shall be delivered, stored, handled, and installed per manufacturer's specifications and recommendations. g. Drawings and dimensions included in contract are for reference only. Contractor is responsible to verify dimensions and quantities prior to ordering materials etc. h. Government provided housing is not available. i. Electric and water service is available at the site. j. Material storage is allowed on-site during construction. However, indoor storage space is limited. Location(s) to be approved by Contracting Officer (CO). C-7. Work Items a. New Flooring 1) Demolition: Remove all existing carpet, underlayment, and trim or otherwise prepare floor per manufacturer recommendation. Vinyl and trim in kitchen and bathrooms to remain. 2) Subfloor Prep: Treat subfloor for pet odor removal. This Includes: i. Treat stains with cleaner formulated for pet urine until smell is removed. Do not use cleaners containing ammonia. ii. Seal entire floor with 1-2 coats of primer, such as solvent-based Kilz or approved equal. 3) Laminate Flooring: Install approximately 600 SF of underlayment and laminate flooring in place of the existing carpet throughout the apartment which includes the hallway, living room, bedrooms, and adjacent closets. Provide transition strips between existing vinyl flooring and new laminate flooring. 4) Trim: Remove and replace all baseboard trim, with new trim, at new flooring. Trim shall be prefinished and/or painted bright white. Provide transitions to existing trim in kitchen and other needed areas. 5) Finishes: See specification sections and submit for approval for COR before ordering. 6) Install per IRC requirements C-8. Notification and Maintenance of Work Schedule At the pre-work meeting, provide a proposed schedule of work showing beginning and completion dates of salient work items for the Contracting Officer's approval. Contractor shall maintain the schedule up to date, and provide it to the Contracting Officer upon request. Also incorporated into this contract is FAR 52.236-15, Schedules for Construction Contracts. C-9. Specifications Index- By Division 01 25 00 Substitution Procedures 01 33 00 Submittal Procedures 02 41 00 Demolition 09 65 00 Laminate Plank Flooring SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. 1.2 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation method cannot be provided, if applicable. b. Coordination of information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitutions with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes, such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects, with project names and addresses as well as names and addresses of architects and owners. h. Material test reports from a qualified testing agency, indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC-ES. j. Detailed comparison of Contractor's construction schedule using proposed substitutions with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract Documents, except as indicated in substitution request, is compatible with related materials and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 2. Owner's Action: If necessary, Contracting Officer will request additional information or documentation for evaluation within 15 days of receipt of a request for substitution. Contracting Officer will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Supplemental Instructions for minor changes in the Work. b. Use product specified if Contracting Officer does not issue a decision on use of a proposed substitution within time allocated. 1.3 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. 1.4 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Contracting Officer will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Contracting Officer will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. c. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.01 DESCRIPTION A. Reviewing, Certifying, Approving Authority: Contractor shall be responsible for reviewing and certifying that submittals are in compliance with contract requirements. B. Scheduling: Allow review period, beginning with receipt by approving authority that includes at least 10 working days for submittals for contracting officer approval. Period of review for submittals with contracting officer approval begins when Government receives submittal from contractor. Period of review for each resubmittal is the same as for initial submittal. C. Variations: Variations from contract requirements require Government approval pursuant to contract Clause entitled "FAR 52.236-21, Specifications and Drawings for Construction" and will be considered where advantageous to government. D. All products identified in these specifications shall require approved submittals prior to installation. E. Finishes: See specification sections and submit for approval by COR before ordering. Submit all paint colors and flooring, as one submittal to be coordinated for approval. SECTION 02 41 00 DEMOLITION PART 1 - GENERAL 1.01 DESCRIPTION A. This section covers the furnishing of materials, labor, and equipment required to partially or entirely remove and/or demolish those items identified in this contract and restore any disturbed areas or components impacted by demolition. 1.02 JOB CONDITIONS A. Protection: Ensure safe passage of persons around area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, and persons. B. Damages: Promptly repair damages caused to adjacent structures by demolition operations at no cost to the Owner. a. This includes any damages to the drywall not covered by baseboard trim. PART 2 - PRODUCTS Not applicable. PART 3 - EXECUTION 3.01 DISPOSAL OF DEMOLISHED MATERIALS A. All debris, rubbish, and other materials resulting from demolition operations and not identified as salvageable by the Owner's Representative shall be removed from National Forest System Land. B. Burning of removed materials will not be permitted on site. SECTION 09 65 00 LAMINATE PLANK FLOORING PART 1 - GENERAL 1.01 DESCRIPTION A. This section covers the furnishing of materials, labor, and equipment required for the installation of plank flooring. Incidental work includes preparation of substrate to laminate plank flooring system. 1.02 SUBMITTAL A. Submit product samples for CO approval prior to ordering materials for project. Submit with other paint and interior color samples. PART 2 - PRODUCTS 2.01 MATERIALS A. Flooring a. Laminate flooring: Dream Home X2O i. Minimum Thickness: 12 mm ii. Use pre-attached padding if available iii. Use Highly Water-Resistant Laminate Flooring iv. Pattern/color: Skyline Oak or approved equal. Submit color for approval. v. Furnish one additional box to CO for future replacements B. Underlayment a. APA Underlayment rated plywood or approved equal. b. Sound deadening: Bellawood Premium underlayment C. Molding, Trim and Accessories a. Baseboard height: shall extend minimum of 5 inches from laminate b. Nails: ring shanked underlayment nails c. Supply all accessories needed for installation to comply with manufactures instructions and code compliance. Molding sections shall be from the same manufacturer and coloring as the flooring. PART 3 - EXECUTION 3.01 INSTALLATION A. Install flooring system in compliance with the manufacturer's specifications. Provide any underlayments, adhesives, or other to provide a complete system per the manufacturer's instructions. B. Remove existing carpet and prepare existing subfloor for laminate installation. C. Install sound deadening underlayment. D. Cover all flooring edges, seams and transitions with appropriate trim and molding sections. E. Provide appropriate transitions between existing trim in areas to remain and new trim. F. Provide transition strips including any "ramps" to not exceed ABA accessibility requirements, and as quoted below: a. 303.2 Vertical. Changes in level of ¼ (6.4mm) high maximum shall be permitted to be vertical. b. 303.3 Beveled. Changes in level between ¼ (6.4mm) high minimum and ½ inch (13 mm) high maximum shall be beveled with a slope not steeper than 1:2. c. 303.4 Ramps. Changes in level greater than ½ inch (13 mm) high shall be ramped, and shall comply with 405 or 406. PACKAING AND MARKING Project Labeling for Official Correspondence The Government singularly identifies each project with a contract number at time of award. The contract number is a unique identifier to purposely and permanently represent an awarded project. The Government issued contract number is to be referenced on all official communication starting upon notice of award. INSPECTION AND ACCEPTANCE 52.246-12 Inspection of Construction (AUG 1996) DELIVERIES OR PERFORMANCE FAR 52.242-14 Suspension of Work (APR 1984) FAR 52.211-10 Commencement, Prosecution, and Completion of Work (APR 1984) The Contractor shall be required to (a) commence work under this contract within 15 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 60 days after receipt of notice to proceed. The time stated for completion shall include final cleanup of the premises. CONTRACT ADMINISTRATION DATA AGAR 452.215-73 Post Award Conference (NOV 1996) A post award or pre-work conference with the successful offeror is required. It will be scheduled and held within a reasonable time after award and prior to the issuing of a Notice to Proceed. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (a) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract. The IPP website address is: https://www.ipp.gov The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. (b) Final Payment. The final invoice must be accompanied by a release of claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically accepted from the operation of the release. Final payment will not be approved without a properly executed Contract Release, Form 6300-16. (c) In addition, when submitting the invoice, the Contractor shall submit payrolls, subcontractor payment information and a spreadsheet detailing the payment breakdown in accordance with the Pay Items in the Schedule of Items, Section B.1 (either electronically in IPP, hard copy, or via fax) to the Contracting Officer (see FAR 52.232-5 Payments Under Fixed Price Construction Contracts). Contract Administration This contract will be administered by the Contracting Officer located at: Alaska Region Attn: CO Della Koelling 709 West 9th Street Juneau, AK 99801 dkoelling@fs.fed.us All matters related to the performance of this contract shall be coordinated through the Contracting Officer. Designation of Contracting Officer's Representative The Contracting Officer designates the Contracting Officer's Representative(s) (COR). The COR is responsible for administering the performance of work under this contract. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this contract be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the contract. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the contract, and the contract will be modified accordingly. (This does not apply to individual task assignments which were issued by the COR provided they do not affect the delivery schedule or performance period stated in the contract.) On all matters that pertain to the contract terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COR requests effort outside the scope of the contract, the Contractor should so advise the COR. If the COR persists and there still exists a disagreement as to proper contractual coverage, the Contracting Officer should be notified immediately, preferably in writing if time permits. Proceeding with work without proper contractual coverage could result in nonpayment or necessitate submittal of a contract claim. Contractor's Designated Representative It is required that the Contractor have a designated representative available on the project during the entire project and that the representative be able to speak and understand English. When designating a representative, the Contractor shall furnish a copy of the designation in writing to the Contracting Officer. Such designation shall clearly indicate the name and limitations (if any) of authority of the representative. If the Contractor intends to designate a representative prior to the pre-work meeting, the representative is strongly encouraged to attend that meeting. SPECIAL CONTRACT REQUIREMENTS FAR 52.236-14 Availability and Use of Utility Services (APR 1984) Worker's Compensation Laws Alaska state law requires that all employers have Worker's Compensation Insurance for their employees. The Forest Service furnishes contract award information to the Alaska Department of Labor. Failure to comply with the state worker's compensation laws can be a felony offense in Alaska. The Alaska Workers' Compensation Division can also fine employers up to $1,000 per employee for each day they are conducting business with employee labor without the required insurance. For the definitions of "employer", "employee", and "subcontractor", and other pertinent information contact: Alaska Department of Labor Workers Compensation Division Special Investigations Unit P.O. Box 115512 Juneau, AK 99802-5521 907.465.5875 (Direct) 1-888-372-8330 (toll free), 907.465-2797 (FAX) The Contractor shall be responsible for and perform road maintenance commensurate with his use of Forest Service roads in the construction area. SIMPLIFIED ACQUISITION TERMS & CONDITIONS: CONSTRUCTION FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.211-18 Variation in Estimated Quantity (APR 1984) 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (NOV 2017) (c) fill in: www.acquisition.gov/far/ www.usda.gov/procurement/policy/agar.html 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICE LINE ITEM (MAR 1989) Insert: prior to Contractor removing equipment and employees from the work site. 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013) 52.222-6 Construction Wage Rate Requirements (MAY 2014) 52.222-7 Withholding of Funds (MAY 2014) 52.222-8 Payrolls and Basic Records (MAY 2014) 52.222-9 Apprentices and Trainees (JUL 2005) 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) 52.222-11 Subcontracts (Labor Standards) (MAY 2014) 52.222-12 Contract Termination - Debarment (MAY 2014) 52.222-13 Compliance with Construction Wage Requirements and Related Regulations (MAY 2014) 52.222-14 Disputes Concerning Labor Standards (FEB 1988) 52.222-15 Certification of Eligibility (MAY 2014) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (SEP 2016) 52.222-27 Affirmative Action Compliance Requirements for Construction (May 2014) 52.223-2 Affirmative Procurement of Bio-based Products under Service and Construction Contracts (SEP 2013) 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts (MAY 2008) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-9 Buy American Act-Construction Materials (MAY 2014) (a) Definitions. As used in this clause-- "Commercially available off-the-shelf (COTS) item"- (1) Means any item of supply (including construction material) that is- (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into a construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means- (1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if- (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements the 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: ______ [Contracting Officer to list applicable excepted materials or indicate "none"] (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American statute. (1) (i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including-- (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Construction Materials Price Comparison Construction material description Unit of measure Quantity Price (dollars) * Item 1 Foreign construction material Domestic construction material Item 2 Foreign construction material Domestic construction material [List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.] [Include other applicable supporting information.] [*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).] 52.227-4 Patent Indemnity - Construction Contracts (DEC 2007) 52.232-5 Payments under Fixed-Price Construction Contracts (MAY 2014) 52.232-23 Assignment of Claims (MAY 2014)52.232-27 Prompt Payment for Construction Contracts (JAN 2017) 52.236-2 Differing Site Conditions (APR 1984) 52.236-3 Site Investigation and Conditions Affecting the Work (APR 1984) 52.236-5 Material and Workmanship (APR 1984) 52.236-6 Superintendence by the Contractor (APR 1984) 52.236-7 Permits and Responsibilities (NOV 1991) 52.236-8 Other Contracts (APR 1984) 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (APR 1984) 52.236-10 Operations and Storage Areas (APR 1984) 52.236-11 Use and Possession Prior to Completion (APR 1984) 52.236-12 Cleaning Up (APR 1984) 52.236-13 Accident Prevention (NOV 1991) Alternate I (NOV 1991) 52.236-16 Quantity Surveys (APR 1984) Alternate I (APR 1984) 52.236-17 Layout of Work (APR 1984) 52.236-21 Specifications and Drawings for Construction (FEB 1997) Alternate I (APR 1984) Alternate II (APR 1984) 52.236-26 Preconstruction Conference (FEB 1995) 52.243-5 Changes and Changed Conditions (APR 1984) 52.244-6 Subcontracts for Commercial Items (JAN 2017) 52.245-1 Government Property (JAN 2017) 52.245-9 Use and Charges (APR 2012) 52.246-21 Warranty of Construction (MAR 1994) Alternate I (APR 1984) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). (Apr 1984) 52.249-10 Default (Fixed-Price Construction) (APR 1984) 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov. AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES 452.236-71 Prohibition Against the Use of Lead-Paint (NOV 1996) 452.236-72 Use of Premises (NOV 1996) 452.236-73 Archeological or Historic Sites (FEB 1988) 452.236-74 Control of Erosion, Sedimentation and Pollution (NOV 1996) 452.236-77 Emergency Response (NOV 1996) LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS The following attachments are made a part of this solicitation and any resultant contract. Title Pages 1. Apartment Dwelling Layout 1 2. Dwelling Photo 1 3. DOL Wage Decision No. 8 NOTE: IN COMPLIANCE WITH THE PAPER REDUCTION ACT, SECTIONS K, L, AND M, WHICH APPLY ONLY TO THE SOLICITATION PHASE, ARE NOT DUPLICATED AFTER CONTRACT AWARD. HOWEVER, SECTION K WILL BE INCORPORATED BY REFERENCE INTO THE RESULTING CONTRACT. "The U.S. Department of Agriculture (USDA) prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all or part of an individual's income is derived from any public assistance program. (Not all prohibited bases apply to all programs.) Persons with disabilities who require alternative means for communication of program information (Braille, large print, audiotape, etc.) should contact USDA's TARGET Center at (202) 720-2600 (voice and TDD). To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, DC 20250-9410, or call (800) 795-3272 (voice) or (202) 720-6382 (TDD). USDA is an equal opportunity provider and employer." REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF QUOTERS Annual Representations and Certifications (Jan 2018) (a) (1) The North American Industry classification System (NAICS) code for this acquisition is 236118 - Residential Remodelers (2) The small business size standard is $36.5 million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [_] (i) Paragraph (d) applies. [_] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation. (vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvi) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xvii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. This provision applies to solicitations that include the clause at 52.204-7. (xix) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xx) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $80,317, the provision with its Alternate II applies. (D) If the acquisition value is $80,317 or more but is less than $100,000, the provision with its Alternate III applies. (xxi) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xxiii) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification. This provision applies to all solicitations. (xxiv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ___ (i) 52.204-17, Ownership or Control of Offeror. ___ (ii) 52.204-20, Predecessor of Offeror. ___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. ___ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification. ___ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. ___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). ___ (vii) 52.227-6, Royalty Information. ___ (A) Basic. ___ (B) Alternate I. ___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. 52.204-16 Commercial and Government Entity Code reporting (Nov 2014) 52.222-22 Previous Contracts and Compliance Reports. (FEB 1999) The offeror represents that. It □ has, □ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; It □ has, □ has not filed all required compliance reports; and Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-7 System for Award Management (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.222-5 Construction Wage Rate Requirements-Secondary Site of the Work (MAY 2014) (a) (1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b) (1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (FEB 1999) Fill in: Goals for minority participation for each trade: 15.1% Goals for female participation for each trade: 6.9% 52.225-10 Notice of Buy American Act Requirement--Construction Materials (MAY 2014) (a) Definitions. "Commercially available off-the-shelf-(COTS) item," "Construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American Act--Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American Act before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested- (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov/far/ www.usda.gov/procurement/policy/agar.html 52.236-27 Site Visit (Construction) (FEB 1995) 52.236-28 Preparation of Proposals - Construction (OCT 1997) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES AGAR 452.204-70 Inquiries (FEB 1988) Facsimile Quotes (a) Definition. Facsimile quote, as used in this provision, means a quote, revision or modification of a quote, or withdrawal of a quote that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile quotes as responses to this solicitation. Facsimile quotes are subject to the same rules as paper quotes. (c) The telephone number of receiving facsimile equipment is: 907-586-7090. (d) If any portion of a facsimile quote received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document -- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the quote; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile quote. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed quote. Quote Submission Information (emailed quotes only) Quotes are due to Forest Service Alaska Regional Office by: 14:00 AK Std time, May 11, 2018. (a) Definition. "Email Quote," as used in this provision, means a quote, revision or modification of a quote, or withdrawal of a quote that is transmitted to and received by the Government via email. (b) Offerors may submit email quotes as responses to this solicitation. Email quotes are subject to the same rules as paper quotes. (c) The email address is: lauriemoore@fs.fed.us. (d) The Government reserves the right to make award solely on the email quote. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed quote. EVALUATION FACTORS FOR AWARD Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with 13.106-2 Evaluation of Quotes. The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quote represents the best value to the Government. Evaluation Criteria are as follows: Price Past performance performing similar type work. Please provide three references for work performance. Subjective analysis of Contractors ability to perform work. Vendor Information Point of Contact: Phone: Vendor Name: Fax: E-mail: DUNS: REGISTER OF WAGE DETERMINATION General Decision Number: AK180005 04/06/2018 AK5 Superseded General Decision Number: AK20170005 State: Alaska Construction Type: Residential Counties: Aleutians East, Aleutians West, Bethel, Bristol Bay, Dillingham, Haines, Juneau, Kenai Peninsula, Ketchikan Gateway, Kodiak Island, Matanuska-Susitna, Peninsula & Lake, Prince Of Wales-Outer Ketchika, Sitka, Skagway-Yakutat-Angoon, Valdez-Cordova, Wade Hampton and Wrangell-Petersburg Counties in Alaska. Area III (Boroughs of Central/Southern Alaska below 62 degrees North Latitude excluding Anchorage Area) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was 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 $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 1 02/09/2018 2 04/06/2018 * ENGI0302-005 04/01/2018 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 40.28 23.05 GROUP 1A....................$ 42.04 23.05 GROUP 2.....................$ 39.51 23.05 GROUP 3.....................$ 38.79 23.05 GROUP 4.....................$ 32.58 23.05 TUNNEL WORK GROUP 1....................$ 44.31 23.05 GROUP 1A...................$ 46.24 23.05 GROUP 2....................$ 43.46 23.05 GROUP 3....................$ 42.67 23.05 GROUP 4....................$ 35.84 23.05 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt Roller: Breakdown, Intermediate, and Finish; Back Filler; Barrier Machine (Zipper); Beltcrete with power pack and similar conveyors; Bending Machine; Boat Coxwains; Bulldozers; Cableways, Highlines and Cablecars; Cleaning Machine; Coating Machine; Concrete Hydro Blaster; Cranes-45 tons and under or 150 foot boom and under (including jib and attachments): (a) Hydralifts or Transporters, all track or truck type,(b) Derricks; Crushers; Deck Winches-Double Drum; Ditching or Trenching Machine (16 inch or over); Drilling Machines, core, cable, rotary and exploration; Finishing Machine Operator, Concrete Paving, Laser Screed, Sidewalk, Curb and Gutter Machine; Helicopters; Hover Craft, Flex Craft, Loadmaster, Air Cushion, All Terrain Vehicle, Rollagon, Bargecable, Nodwell, and Snow Cat; Hydro Ax: Feller Buncher and similar; Loaders (2 1/2 yards through 5 yards, including all attachments): Forklifts with telescopic boom and swing attachment, Overhead and front end, 2 1/2 yards through 5 yards, Loaders with forks or pipe clamps; Loaders, elevating belt type, Euclid and similar types; Mechanics, Bodyman; Micro Tunneling Machine; Mixers: Mobile type w/hoist combination; Motor Patrol Grader; Mucking Machines: Mole, Tunnel Drill, Horizontal/Directional Drill Operator, and/or Shield; Operator on Dredges; Piledriver Engineers, L. B. Foster, Puller or similar Paving Breaker; Power Plant, Turbine Operator, 200 k.w. and over (power plants or combination of power units over 300 k.w.); Scrapers-through 40 yards; Service Oiler/Service Engineer; Sidebooms-under 45 tons; Shot Blast Machine; Shovels, Backhoes, Excavators with all attachments, and Gradealls (3 yards and under), Spreaders, Blaw Knox, Cedarapids, Barber Greene, Slurry Machine; Sub-grader (Gurries, Reclaimer, and similar types); Tack tractor; Truck mounted Concrete Pumps, Conveyor, Creter; Water Kote Machine; Unlicensed off road hauler GROUP 1A: Camera/Tool/Video Operator (Slipline), Cranes-over 45 tons or 150 foot (including jib and attachments): (a) Clamshells and Draglines (over 3 yards), (b) Tower cranes; Licensed Water/Waste Water Treatment Operator; Loaders over 5 yds.; Certified Welder, Electrical Mechanic, Camp Maintenance Engineer, Mechanic (over 10,000 hours); Motor Patrol Grader, Dozer, Grade Tractor, Roto-mill/Profiler (finish: when finishing to final grade and/or to hubs, or for asphalt); Power Plants: 1000 k.w. and over; Quad; Screed; Shovels, Backhoes, Excavators with all attachments (over 3 yards), Sidebooms over 45 tons; Slip Form Paver, C.M.I. and similar types; Scrapers over 40 yards; GROUP 2: Boiler-fireman; Cement Hog and Concrete Pump Operator; Conveyors (except as listed in group 1); Hoist on steel erection; Towermobiles and Air Tuggers; Horizontal/Directional Drill Locator;Licensed Grade Technician; Loaders, (i.e., Elevating Grader and Material Transfer Vehicle); Locomotives: rod and geared engines; Mixers; Screening, Washing Plant; Sideboom (cradling rock drill regardless of size); Skidder; Trencing Machine under 16 inches; Waste/ Waste Water Treatment Operator. GROUP 3: "A" Frame Trucks, Deck Winches: single power drum; Bombardier (tack or tow rig); Boring Machine; Brooms-power; Bump Cutter; Compressor; Farm tractor; Forklift, industrial type; Gin Truck or Winch Truck with poles when used for hoisting; Grade Checker and Stake Hopper; Hoist, Air Tuggers, Elevators; Loaders: (a) Elevating-Athey, Barber Green and similar types (b) Forklifts or Lumber Carrier (on construction job site) (c) Forklifts with Tower (d) Overhead and Front-end, under 2 1/2 yds. Locomotives:Dinkey (air, steam, gas and electric) Speeders; Mechanics (light duty); Oil, Blower Distribution; Post Hole Diggers, mechanical; Pot Fireman (power agitated); Power Plant, Turbine Operator, under 200 k.w.; Pumps-water; Roller-other than Plantmix; Saws, concrete; Skid Steer with all attachments; Straightening Machine; Tow Tractor GROUP 4: Rig Oiler/Crane Assistant Engineer;Parts and Equipment Coordinator; Swamper (on trenching machines or shovel type equipment); Spotter; Steam Cleaner; Drill Helper. FOOTNOTE: Groups 1-4 receive 10% premium while performing tunnel or underground work. Rig Oiler/Crane Assistant Engineer shall be required on cranes over 85 tons or over 100 feet of boom. ---------------------------------------------------------------- LABO0341-005 04/01/2017 Rates Fringes Laborers: South of the 63rd Parallel & West of Longitude 138 Degrees GROUP 1.....................$ 30.55 26.72 GROUP 2.....................$ 31.55 26.72 GROUP 3.....................$ 32.45 26.72 GROUP 3A....................$ 35.73 26.72 GROUP 3B....................$ 39.27 24.01 GROUP 4.....................$ 20.12 26.72 TUNNELS, SHAFTS, AND RAISES GROUP 1....................$ 33.61 26.72 GROUP 2....................$ 34.71 26.72 GROUP 3....................$ 35.70 26.72 GROUP 3A...................$ 39.30 26.72 GROUP 3B...................$ 43.20 24.01 LABORERS CLASSIFICATIONS GROUP 1: Asphalt Workers (shovelman, plant crew); Brush Cutters; Camp Maintenance Laborer; Carpenter Tenders; Choke Setters, Hook Tender, Rigger, Signalman; Concrete Laborer(curb and gutter, chute handler, grouting, curing, screeding); Crusher Plant Laborer; Demolition Laborer; Ditch Diggers; Dump Man; Environmental Laborer (asbestos (limited to nonmechanical systems), hazardous and toxic waste, oil spill); Fence Installer; Fire Watch Laborer; Flagman; Form Strippers; General Laborer; Guardrail Laborer, Bridge Rail Installers; Hydro-Seeder Nozzleman; Laborers (building); Landscape or Planter; Laying of Decorative Block (retaining walls, flowered decorative block 4 feet and below); Material Handlers; Pneumatic or Power Tools; Portable or Chemical Toilet Serviceman; Pump Man or Mixer Man; Railroad Track Laborer; Sandblast, Pot Tender; Saw Tenders; Scaffold Building and Erecting; Slurry Work; Stake Hopper; Steam Point or Water Jet Operator; Steam Cleaner Operator; Tank Cleaning; Utiliwalk, Utilidor Laborer and Conduit Installer; Watchman (construction projects); Window Cleaner GROUP 2: Burning and Cutting Torch; Cement or Lime Dumper or Handler (sack or bulk); Choker Splicer; Chucktender (wagon, airtrack and hydraulic drills); Concrete Laborers (power buggy, concrete saws, pumpcrete nozzleman, vibratorman); Culvert Pipe Laborer; Cured in place Pipelayer; Environmental Laborer (marine work, oil spill skimmer operator, small boat operator); Foam Gun or Foam Machine Operator; Green Cutter (dam work); Gunnite Operator; Hod Carriers; Jackhammer or Pavement Breakers (more than 45 pounds);Laying of Decorative Block (retaining walls, flowered decorative block above 4 feet); Mason Tender and Mud Mixer (sewer work); Pilot Car; Plasterer, Bricklayer and Cement Finisher Tenders; Power Saw Operator; Railroad Switch Layout Laborer; Sandblaster; Sewer Caulkers; Sewer Plant Maintenance Man; Thermal Plastic Applicator; Timber Faller, chain saw operator, filer; Timberman GROUP 3: Alarm Installer; Bit Grinder; Guardrail Machine Operator; High Rigger and tree topper; High Scaler; Multiplate; Slurry Seal Squeegee Man GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers GROUP 3B: Grade checker (setting or transfering of grade marks, line and grade) GROUP 4: Final Building Cleanup TUNNELS, SHAFTS, AND RAISES CLASSIFICATIONS GROUP 1: Brakeman; Muckers; Nippers; Topman and Bull Gang; Tunnel Track Laborer GROUP 2: Burning and Cutting Torch; Concrete Laborers; Jackhammers; Nozzleman, Pumpcrete or Shotcrete. GROUP 3: Miner; Retimberman GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers. GROUP 3B: Grade checker (setting or transfering of grade marks, line and grade) Tunnel shaft and raise rates only apply to workers regularly employed inside a tunnel portal or shaft collar. ---------------------------------------------------------------- * LABO0942-001 04/01/2018 Rates Fringes Laborers: North of the 63rd Parallel & East of Longitude 138 Degrees GROUP 1.....................$ 30.26 27.21 GROUP 2.....................$ 31.26 27.21 GROUP 3.....................$ 32.16 27.21 GROUP 3A....................$ 35.44 27.21 GROUP 3B....................$ 38.98 24.50 GROUP 4.....................$ 19.83 27.21 TUNNELS, SHAFTS, AND RAISES GROUP 1....................$ 33.29 27.21 GROUP 2....................$ 34.39 27.21 GROUP 3....................$ 35.38 27.21 GROUP 3A...................$ 38.98 27.21 GROUP 3B...................$ 42.88 24.50 LABORERS CLASSIFICATIONS GROUP 1: Asphalt Workers (shovelman, plant crew); Brush Cutters; Camp Maintenance Laborer; Carpenter Tenders; Choke Setters, Hook Tender, Rigger, Signalman; Concrete Laborer(curb and gutter, chute handler, grouting, curing, screeding); Crusher Plant Laborer; Demolition Laborer; Ditch Diggers; Dump Man; Environmental Laborer (asbestos (limited to nonmechanical systems), hazardous and toxic waste, oil spill); Fence Installer; Fire Watch Laborer; Flagman; Form Strippers; General Laborer; Guardrail Laborer, Bridge Rail Installers; Hydro-Seeder Nozzleman; Laborers (building); Landscape or Planter; Laying of Decorative Block (retaining walls, flowered decorative block 4 feet and below); Material Handlers; Pneumatic or Power Tools; Portable or Chemical Toilet Serviceman; Pump Man or Mixer Man; Railroad Track Laborer; Sandblast, Pot Tender; Saw Tenders; Scaffold Building and Erecting; Slurry Work; Stake Hopper; Steam Point or Water Jet Operator; Steam Cleaner Operator; Tank Cleaning; Utiliwalk, Utilidor Laborer and Conduit Installer; Watchman (construction projects); Window Cleaner GROUP 2: Burning and Cutting Torch; Cement or Lime Dumper or Handler (sack or bulk); Choker Splicer; Chucktender (wagon, airtrack and hydraulic drills); Concrete Laborers (power buggy, concrete saws, pumpcrete nozzleman, vibratorman); Culvert Pipe Laborer; Cured in place Pipelayer; Environmental Laborer (marine work, oil spill skimmer operator, small boat operator); Foam Gun or Foam Machine Operator; Green Cutter (dam work); Gunnite Operator; Hod Carriers; Jackhammer or Pavement Breakers (more than 45 pounds);Laying of Decorative Block (retaining walls, flowered decorative block above 4 feet); Mason Tender and Mud Mixer (sewer work); Pilot Car; Plasterer, Bricklayer and Cement Finisher Tenders; Power Saw Operator; Railroad Switch Layout Laborer; Sandblaster; Sewer Caulkers; Sewer Plant Maintenance Man; Thermal Plastic Applicator; Timber Faller, chain saw operator, filer; Timberman GROUP 3: Alarm Installer; Bit Grinder; Guardrail Machine Operator; High Rigger and tree topper; High Scaler; Multiplate; Slurry Seal Squeegee Man GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers GROUP 3B: Grade checker (setting or transfering of grade marks, line and grade) GROUP 4: Final Building Cleanup TUNNELS, SHAFTS, AND RAISES CLASSIFICATIONS GROUP 1: Brakeman; Muckers; Nippers; Topman and Bull Gang; Tunnel Track Laborer GROUP 2: Burning and Cutting Torch; Concrete Laborers; Jackhammers; Nozzleman, Pumpcrete or Shotcrete. GROUP 3: Miner; Retimberman GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers. GROUP 3B: Grade checker (setting or transfering of grade marks, line and grade) Tunnel shaft and raise rates only apply to workers regularly employed inside a tunnel portal or shaft collar. ---------------------------------------------------------------- * TEAM0959-004 03/01/2018 Rates Fringes TRUCK DRIVER (1A) Dump, Over 8 yards.....$ 40.86 23.62 ---------------------------------------------------------------- SUAK1999-008 05/14/1999 Area III Rates Fringes CARPENTER excluding Batt & Blow Insulation and Drywall Hanging.....................$ 17.68 CEMENT MASON/CONCRETE FINISHER...$ 20.00 DRYWALL FINISHER/TAPER...........$ 20.10 DRYWALL HANGER...................$ 15.00 Electrician/Wireman..............$ 17.45 3.18 FENCE ERECTOR (including wood and chain link)..................$ 13.18 FLOOR LAYER: Carpet Carpet......................$ 20.64 INSTALLER Batt & Blown................$ 18.55 Laborer, General (excluding site and street work)............$ 13.88 PAINTER (excluding drywall finishing).......................$ 20.60 4.47 PIPEFITTER (HVAC piping).........$ 14.00 PLUMBER/PIPEFITTER (excluding HVAC work).......................$ 22.80 ROOFER...........................$ 19.27 Sheet Metal Worker (HVAC Duct Work)............................$ 16.79 TRUCK DRIVER (excluding dump, over 8 yards and dump 8 yards or under)........................$ 17.56 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/109/12010918Q0051/listing.html)
 
Place of Performance
Address: The project is located at the U.S. Forest Service Craig Ranger District Housing Apartments at 905 Beach Street Apt. #7 in Craig, Alaska 99921. Craig is accessible by vehicle via the Prince of Wales ferry or floatplane out of Ketchikan, Alaska 99901., Craig, Alaska, 99921, United States
Zip Code: 99921
 
Record
SN04906886-W 20180503/180501230956-ea8d1e1e4f2ef51c30d98e5b9d86f992 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.