Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2008 FBO #2453
SOLICITATION NOTICE

Z -- MFH - Roof Replacement

Notice Date
8/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Agriculture, Rural Development, Michigan State Office, 3001 Coolidge Road, Sutie 200, East Lansing, Michigan, 48823
 
ZIP Code
48823
 
Solicitation Number
26-SO-08-0027
 
Archive Date
8/28/2008
 
Point of Contact
Gregory J. Stevens,, Phone: 5173245203, Lynn Hunt,, Phone: 5173245215
 
E-Mail Address
greg.stevens@mi.usda.gov, lynn.hunt@mi.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTATION (THIS IS NOT AN ORDER)This RFQ 1 is 0 is not a Small Business Set-Aside PAGE OF 1PAGES 1. REQUEST NO. 26-SO-08-00272. DATE ISSUED 08/12/083. REQUISITION/PURCHASE REQUEST No. N/A4.. CERT. FOR NAT. DEF. UNDER BDSA REG.2 AND/OR DMS REG 1 RATING N/A 5a. ISSUED BY USDA, Rural Development East Lansing, Michigan {See Below for address}6. DELIVER BY (DATE) August 29, 2008 5b. FOR INFORMATION CALL (NO COLLECT CALLS)7. DELIVERY Other NAMEGreg StevensTELEPHONE NUMBER1 FOB Destination 0 (See Schedule) 3001 Coolidge Rd. Suite 200AREA CODE (517)NUMBER 324-5203 9. DESTINATION East Lansing, Michigan 48823a. NAME OF CONSIGNEE 8. TO:Robert Bertram a. NAME b. COMPANY b. STREET ADDRESS 1056 W. Michigan Avenue c. STREET ADDRESS c. CITY Adrian d. CITY e. STATEf. ZIP CODEd. STATE MIe. ZIP CODE 49221 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5A ON OR BEFORE 3:00 P.M. on Wednesday, August 27 2008 IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter. 11. SCHEDULE (Include applicable Federal, State and local taxes) Item No. (a)SUPPLIES/SERVICES (b)QUANTITY (c)UNIT (d)UNIT PRICE (e)AMOUNT (f) 01 Labor and materials to complete roof replacement as shown in Sections B and C for the Government-owned property(ies)identified below: Highland Terrace Apartments 625 Rawson Rd. Dundee, MI 48131 Case No. 26-58-382714243 018-001 1 Job GRAND TOTAL $_________ $_________ 12. DISCOUNT FOR PROMPT PAYMENTa 10 CALENDAR DAYSb 20 CALENDAR DAYSc. 30 CALENDAR DAYS CALENDAR DAYS (%)(%)(%)NUMBERPERCENTAGE NOTE: Additional provisions and representations 1 are 0 are not attached. 13. NAME AND ADDRESS OF QUOTER14. SIGNATURE OF PERSON AUTHORIZED TO15. DATE OF QUOTATION a. NAME OF QUOTER SIGN QUOTATION b. STREET ADDRESS 16. SIGNER a. NAME (Type or print)b. TELEPHONE c. COUNTYAREA CODE d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER AUTHORIZED FOR LOCAL REPORDUCTIONFormFlow/Delrina Inc.STANDARD FORM 18 (REV. 6-95) Previous edition not usable Prescribed by GSA AR (48 CFR) 53.215-1(a) INSTRUCTIONS The attached is a solicitation form. Please review the information and specifications carefully. If you wish to be considered, you will need to do the following: 1.Complete Items 8, 11(f), and 12-16 of the SF-18. 2.Furnish the information as itemized on Continuation Sheet(s) 37 - 44 in Section K, and also the information shown in Section L on Sheets 45 - 46 3.Submit this information in a sealed envelope with "Offer for Solicitation # 26-SO-08-0027 To Be Opened on August 29, 2008 written on the outside. It must be sent to USDA, Rural Development as identified in Item #5A {Issuing Office} of SF-18, and MUST BE RECEIVED NO LATER THAN 3:00 P.M. on Wednesday, August 27, 2008, as this is the deadline for accepting offers. Any offer received after this date and time will be labeled "LATE" and returned unopened. No late offer/proposal will be accepted UNLESS it is sent by certified or registered mail AND mailed at least five (5) days prior to the closing date, OR sent by U.S. Postal Service and express mail AND mailed by 5:00 P.M. at least two (2) days prior to the closing date. 4.If you have specific questions, please contact the person identified in item 5b on the SF-18. 5.PLEASE NOTE THAT no pre-site meetings are scheduled. Therefore, interested parties should contact Robert Bertram, Rural Development Specialist by calling (517) 263-1782 to obtain access to the property(ies), or if you have any questions regarding work required. PART I - THE SCHEDULE SECTIONTITLEPAGE NO. A *Solicitation/contract form1 BRepairs or services and prices/costs3 – 4 CDescription/specifications/work statement5 – 6 D Packaging and marking N/A EInspection and acceptance7 FDeliveries or performance8 GContract administration data9 HSpecial contract requirements 10 PART II - CONTRACT CLAUSES IContract clauses11 – 12 PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS J List of attachments and Exhibits13 – 20 PART IV - REPRESENTATIONS AND INSTRUCTIONS KRepresentations, certifications, and other statements of offerors or quoters21 – 28 LInstructions, conditions, and notices to offerors or quoters29 – 30 MEvaluation factors for award31 * NOTE:Page 1 of the Solicitation is Standard Form 18. SECTION B REPAIRS OR SERVICES AND PRICES/COSTS B.1LOCATION:The repairs are necessary to complete renovations to a single family dwelling(s) located at: ADDRESS:____Highland Terrace Apartments, 625 Rawson Road________ ____Dundee, MI 48131 ______________ PROPERTY IDENTIFICATION NO: 26-58-382714243 B.2ACCESS:Access to the property can be gained by the method indicated below: [X ] Contact Robert Bertram at 517-263-1782. [ ] Keys to be obtained from the Rural Development Local Office identified herein. (Keys shall be returned to the Local Office no later than the following work day after they are signed out.) [ ] Lock Box is on front or rear entry door. The combination for access can be obtained at the Local Office. The contractor shall maintain the confidentiality of the combination and shall not release it to any other person or firm without the express consent of the Rural Development Local Office having jurisdiction over the property. B.3REPAIRS/SERVICES: Contractor to provide a line item price for each numbered paragraph below. Each line item cost shall include all charges for labor and materials. If there is to be no cost involved for the items listed in the numbered paragraph the contractor will indicate "NO CHARGE". All work is to be done in a timely, orderly manner in accordance with industry accepted standards, applicable local and National standards, and Rural Development regulations and policy. (See Section C) All materials used shall be new unless otherwise stated, and of reasonably good quality and must be American made unless exception is given by the Contracting officer in writing. REQUIREMENTS FOR PROPERTY LOCATED AT 625 Rawson Road, _ Dundee, MI 48131 ___________________________________________________ Required Repairs Report A general description of roof replacement for both 611 & 625 Rawson Road is as follows: $_____ 1. Tarp as needed to protect all buildings and landscaping. Remove all roofing down to decking boards, clean and remove daily with dumpsters provided by contractor. $_____ 2. Replace any deteriorated fascia, sofit, decking and rafters. $_____ 3. New drip edge T-Style. $_____ 4. 6’ of Ice and Water shield or more to achieve 2’ past heated wall as required by code in Michigan. $_____ 5. 15# felt paper, pipe flashings, step flashings, panning, ridge vent, ridge cap, drip edge to be included. $_____ 6. Install minimum 30 year warranty shingle (installed per manufacturer warranty). $_____ 8. Contractor is responsible for all permits. $_____ 9. Provide copy of current valid builder’s license. $_____ 10. New roof to also include same material for shed located on the property. $__________TOTAL PRICE PROPOSAL FOR___625 Rawson Road, Dundee, MI 48131 _ SECTION C DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C.1The Contractor shall furnish all materials, labor, tools, supplies and other necessary items to renovate the structure(s) listed above. The government has determined that the items listed in the description of work (Section B) must be accomplished on the structure to fully restore the property. C.2CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (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): http://www.arnet.gov/far/loadmain52.html. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER) CLAUSES CLAUSE NUMBER DATE TITLE_______________________________ 452.236.71 NOV 1996 PROHIBITION AGAINST THE USE OF LEAD- BASED PAINT C.3CODE COMPLIANCE: As appropriate, all work shall be in accordance with applicable Federal, State and local laws, USDA, Rural Development/FmHA Instructions, the 1992 CABO One and Two Family Dwelling Code, the 1993 National Electrical Code (NEC) (available at the Rural Development State Office) and local City code amendments. C.4DUMPING: All trash and rubbish shall be discarded off-site in an approved and lawful manner. Unless otherwise stated, all material scheduled for removal or disposal becomes the property of the Contractor. Burning of rubbish on-site is prohibited. C.5WORKMANSHIP/CRAFTMANSHIP: All work shall be performed by skilled craftsmen that are regularly engaged in work to be performed. No drips, flaws, or second rate work will be accepted. If craftsman-ship is lacking, the Contractor shall correct the deficiencies at no additional cost to the Government. C.6STORAGE: The Contractor may use the premises of the dwelling on which it is working for storage of equipment, tools, and materials. However, USDA Rural Development assumes no responsibility for any tools, materials, or other equipment stored by the Contractor. No combustible materials, or other fire hazards shall be left or allowed to accumulate. C.7SANITARY REQUIREMENTS: If the sanitary facilities contained in the dwelling(s) are inadequate or nonfunctional, the Contractor shall provide, at its own expense, adequate sanitary facilities for its workpeople. All facilities shall be maintained in a clean and hygienic condition at all times and secured during nonworking hours. Facilities shall comply with applicable local, state and federal requirements. C.8MINIMUM STANDARDS: Minimum Property (construction and repair) and Federal Standards specified in FmHA Instruction 1924-A. C.9SUBSTITUTIONS AND/OR APPROVED EQUAL: Where a particular make, brand, or type of material or equipment is mentioned in this specification, it is to denote quality standard of article desired, but does not restrict Contractor to brand specified. However, any substitution must meet with the approval of the CO or his/her authorized representative (COR). If after award the Contractor is unable to obtain specified materials, he/she will request approval of such substitution, in writing, to the CO/COR. Submittals for approval of substitute materials must contain sufficient information, descriptive brochures, drawings, samples, or other data as is necessary to provide direct comparison to the specified material. C.10SAMPLE SUBMITTALS: If required in Section B, the contractor shall submit for approval by the CO/COR all required submittals as described in Section B. All submittals involving interior finishes shall be submitted at one time to allow for color and texture coordination and selection. C.11CHANGES AND CHANGED CONDITIONS: In the performance of the required tasks, the Contractor may encounter unforeseen additional work. In this regard, and as set forth in the clause entitled "Changes and Changed Conditions", made a part of this contract, the Contractor is further required to: a.Determine repairs or replacements which should be made. b.Recommend additional repairs or replacement which should be made to increase utility or aesthetic value or to meet the federal regulations or thermal standards. c.Prepare and deliver to the CO/COR a list of recommendations, in accordance with a or b above, together with the Contractor's line item quotation for performing each work item recommended. As detailed in FAR Clause 52.243-5, "Changes and Changed Conditions", the Contractor is not authorized to proceed with any of its recommended jobs until so specifically authorized by the Contracting Officer. Upon agreement as to the work actually required and any appropriate equitable adjustment in the cost of, or the time required for performing the work, the Contracting Officer will modify the purchase order accordingly for work deemed to be within the scope of the original requirements of the contract. SECTION E INSPECTION AND ACCEPTANCE E.1FINAL INSPECTION. A final inspection shall be made only when all the materials have been furnished, all the work has been performed, and all construction provided for by the contract in accordance with the terms has been completed. The Contractor shall notify the COR a minimum of two (2) calendar days advance notice of the date the work will be fully completed and ready for final inspection. The government must inspect the work within seven (7) days. The Contractor's responsibility will terminate when all work has been completed, the final inspection made and the work accepted by the CO or COR. The Contractor will then be released from further obligation except as required by the warranty of construction clause of this contract or any other additional warranties offered by the Contractor or its subcontractors and suppliers. E.2INSPECTION AND ACCEPTANCE (AGAR 452.246-70) (FEB 1988) (a)The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b)Inspection and acceptance will be performed at: 625 Rawson Rd., Dundee, MI. SECTION F DELIVERIES OR PERFORMANCE F.lCOMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK The Contractor shall be required to (a)prosecute the work diligently, and (b)complete the entire work ready for use(TO BE INSERTED no later than _________________________. AT TIME OF AWARD) (30 days from date of “Notice to Proceed” is allowed for completion). The time stated for completion shall include final cleanup of the premises. F.2The completion date is based on the assumption that the successful offeror will receive the notice to proceed by ____________________________. The completion date will be extended by the number(TO BE INSERTED of calendar days after the above date that the AT TIME OF AWARD) Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. SECTION G CONTRACT ADMINISTRATION DATA G.1The Contracting Officer designated for this requirement is as follows: Diana Lesny, C.O. USDA, Rural Development 3001 Coolidge Rd. Suite 200 East Lansing, MI 48823 Telephone Number: (517) 324-5203 G.2 DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) may be designated after contract award. The contractor will be notified by letter, or form, of the name and duties of the COR, if applicable. G.3CONTRACTING OFFICER'S AUTHORITY The Contracting Officer is the only person authorized to approve changes to any of the requirements under this contract, and notwithstanding any provision contained elsewhere in this contract the said authority remains solely with the Contracting Officer. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. G.4SUBMISSION OF INVOICES/PAYMENTS a.Payment will be made upon work completion, acceptance of work by the COR, and submission of a proper invoice. Invoices, in substantially the same format as shown by Exhibit A, Section J, will be submitted together with the payroll sheets (if applicable), release of claimants form(s), if required, etc. b.Invoices must contain the following information: 1.Name and Address of the Contractor as shown on AD-838 (Purchase Order) This must be the check mailing address. 2.Contract (Purchase Order) Number 3.Invoice Number and date 4.Description of Services 5.Delivery and payment terms (e.g. prompt payment discount terms) SECTION H SPECIAL CONTRACT REQUIREMENTS H.1CONDUCT During the course of this contract, the Contractor will maintain the same high standards of honesty, integrity, impartiality, confidentiality of information, and conduct as Government employees are expected to maintain. The Contractor will not engage in other employment which is incompatible with the duties of this contract. The Contractor will not, directly or indirectly, engage in financial transactions of any kind of business dealings relying on information obtained through the performance of this contract. The Contractor will not have a direct or indirect financial or other interest that conflicts, or appears to conflict, with its responsibilities and duties under this contract. H.2The Contractor shall be liable for any loss from, or injury to, any property resulting solely from the Contractor's negligence and/or failure to perform the services provided for herein. H.3The Contractor waives, releases, and discharges the Government from any and all claims, demands, and causes for action for damages to person(s)/or property which may arise in any manner incident to the execution of the purchase order, except his/her rightful claim for payment or compensation, as provided herein. H.4The Contractor shall obtain the services of qualified employees in all instances, and the Contractor is responsible for actions or omissions of employees in performance of work under this purchase order. The Contractor shall not commit, nor permit others to commit any waste, or unlawful acts of nuisances upon property assigned. PART II - CONTRACT CLAUSES SECTION I CLAUSES I.lCLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (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): http://www.arnet.gov/far/loadmain52.html I.2 PREVIOUS CONTRACTS AND COMPIANCE REPORTS (FAR 52.222-22)(FEB 1999) As prescribed in 22.810(a)(2), insert the following provision: The offerer represents that – (a)It { }has, { } has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b)It { }has, { } has filed all required compliance reports; and (c)Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER l) CLAUSES CLAUSE NUMBER DATE TITLE_________________________________ 52.202-l JULY 2004DEFINITIONS (JULY 2004) 52.219-6JUNE 2003NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.222-3JUNE 2003CONVICT LABOR 52.222-6FEB 1995DAVIS-BACON ACT 52.222-7FEB 1988WITHHOLDING OF FUNDS 52.222-8FEB 1988PAYROLLS AND BASIC RECORDS 52.222-9FEB 1988APPRENTICES AND TRAINEES 52.222-10FEB 1988COMPLIANCE WITH COPELAND ACT REQUIREMENTS 52.222-11FEB 1988SUBCONTRACTS (LABOR STANDARDS) 52.222-12FEB 1988CONTRACT TERMINATION -- DEBARMENT 52.222-13FEB 1988COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS 52.222-14FEB 1988DISPUTES CONCERNING LABOR STANDARDS 52.222-15FEB 1988CERTIFICATION OF ELIGIBILITY 52.222-21FEB 1999PROHIBITION OF SEGRATED FACILITIES 52.222-23FEB 1999NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION 52.222-26APR 2002EQUAL OPPORTUNITY 52.222-27FEB 1999AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTION FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER l) CLAUSES CONT’D. CLAUSE NUMBER DATE TITLE___________ _________________ 52.222-35DEC 2001EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.222-36JUN 1998AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-37DEC 2001EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.223-6 MAY 2001 DRUG-FREE WORKPLACE 52.233-lJULY 2002 DISPUTES (JULY 2002) 52.233-3 AUG 1996 PROTEST AFTER AWARD 52.236-1 APR 1984 PERFORMANCE OF WORK BY THE CONTRACTOR 52.236-2APR 1984DIFFERING SITE CONDITIONS 52.236-3APR 1984SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK 52.236-4 APR 1984 PHYSICAL DATA 52.236-5APR 1984MATERIAL AND WORKMANSHIP 52.236-6APR 1984SUPERINTENDENCE BY THE CONTRACTOR 52.236-7NOV 1991PERMITS AND RESPONSIBILITIES 52.236-8APR 1984OTHER CONTRACTS 52.236-9APR 1984PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS 52.236-10APR 1984OPERATIONS AND STORAGE AREAS 52.236-11APR 1984USE AND POSSESSION PRIOR TO COMPLETION 52.236-12APR 1984CLEANING UP 52.236-13NOV 1991ACCIDENT PREVENTION 52.236-14APR 1984AVAILABILITY AND USE OF UTILITY SERVICES 52.236-26FEB 1995PRECONSTRUCTION CONFERENCE 52.243-5APR 1984CHANGES AND CHANGED CONDITIONS 52.249-1 APR 1984 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM). PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J LIST OF ATTACHMENTS (AGAR 452.252-70) (FEB 1988) Exhibit ASample Invoice Exhibit BForm AD-655, "Employment of the Handicapped" (Only applies if contract is for $2,500 or more) Exhibit C Davis-Bacon Wage Rates Determination NO. MI20080062 07/25/2008, 21 Page(s) (Only applies if contract is for $2,000 or more) EXHIBIT A SAMPLE INVOICE (MUST BE ON CONTRACTOR'S LETTERHEAD) INVOICE NUMBER: INVOICE DATE: PURCHASE ORDER NUMBER: Payment to be sent to: Name 1st Line Address FFIS # CityState Zip Code Brief description of goods or services as appropriate: Payment Terms: _____________ (discount/net) Note: If payment terms are not on the invoice, the system will use net 30 for prompt payment purposes. Invoice Amount: $ PAYEE'S SIGNATURE(required) EXHIBIT B UNITED STATES DEPARTMENT OF AGRICULTURE EMPLOYMENT OF THE HANDICAPPED (The following clause is applicable to all contracts or purchase orders of $2,500 or more, as required by the regulations of the Secretary of Labor.) (a)The contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (b)The contractor agrees to comply with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Rehabilitation Act of 1973, as amended. (c)In the event of the contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (d)The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, Office of Federal Contract Compliance Programs, Department of Labor, provided by or through the contracting officer. Such notices shall state the contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (e)The contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the contractor is bound by the terms of section 503 of the Act and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (f)The contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the Director, Office of Federal Contract Compliance Programs, may direct to enforce such provisions, including action for noncompliance. Form AD-655 (Rev. 5-76) EXHIBIT C WAGE RATE DETERMINATION GENERAL DECISION: MI20080062 07/25/2008 MI62 Date: July 25, 2008 General Decision Number: MI20080062 07/25/2008 Superseded General Decision Number: MI20070062 State: Michigan Construction Type: Residential Counties: Macomb, Monroe, Oakland and Wayne Counties in Michigan. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/08/2008 1 02/15/2008 2 03/07/2008 3 03/21/2008 4 04/04/2008 5 04/11/2008 6 06/06/2008 7 06/13/2008 8 06/20/2008 9 07/11/2008 10 07/18/2008 11 07/25/2008 ASBE0025-004 06/01/2007 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishings to all types of mechanical systems..........$ 29.32 19.39 FOOTNOTE: Work requiring a spray coating in the application: Five percent (5%) per hour additional. ---------------------------------------------------------------- ASBE0045-004 07/01/2007 MONROE COUNTY: Rates Fringes Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishings to all types of mechanical systems..........$ 28.12 12.13 ---------------------------------------------------------------- BRMI0001-001 06/01/2007 Rates Fringes BRICKLAYER.......................$ 33.50 14.67 FOOTNOTES: Using acid material in laying bricks: $2.00 per hour additional.Working on two point swing stage: $2.00 per hour additional. Sandblasting: $2.00 per hour additional. Laying carbon material: $2.00 per hour additional. Gunite work: $2.00 per hour additional. Hot work: $3.00 per hour additional. ---------------------------------------------------------------- BRMI0001-004 06/01/2007 MONROE COUNTY: Rates Fringes Bricklayer, Stonemason, Pointer, Caulker & Cleaner.......$ 33.50 14.67 ---------------------------------------------------------------- BRMI0009-020 08/01/2005 MONROE COUNTY (west of Rawsonville Rd. or a continuation of the Washtenaw and Wayne county line): Rates Fringes Marble, terrazzo and tile setter...........................$ 22.31 5.70 TILE FINISHER....................$ 20.81 5.70 FOOTNOTE: Sand blasting, an additional 25 cents per hour.Two point swing stage, an additional 50 cents per hour. ---------------------------------------------------------------- BRMI0032-003 06/01/2007 MACOMB COUNTY; MONROE COUNTY (east of Rawsonsville Rd. or a continuation of the Washtenaw and Wayne County line); OAKLAND AND WAYNE COUNTIES: Rates Fringes MARBLE FINISHER..................$ 24.49 15.08 Marble Mason.....................$ 30.68 15.08 TERRAZZO FINISHER................$ 24.89 15.08 TERRAZZO WORKER/SETTER...........$ 30.21 15.09 TILE FINISHER....................$ 24.51 15.08 TILE SETTER......................$ 30.11 15.08 FOOTNOTES: Work on scaffolding over 15 ft.: $1.25 per hour additional. Swing stage work: $1.50 per hour additional. Terrazzo grinding: $0.50 per hour above the terrazzo finisher rate. Terrazzo work grinding vertical work and stairs: $1.50 per hour above the terrazzo finisher rate. ---------------------------------------------------------------- CARP1045-004 06/01/2001 Rates Fringes LATHER...........................$ 24.907 36.08% + 3.81 ---------------------------------------------------------------- CARP1045-008 06/01/2001 Rates Fringes FLOOR LAYER: CARPET (SOFT) FLOOR............................$ 23.38 10.29 ---------------------------------------------------------------- CARP1234-001 10/01/2004 Rates Fringes Carpenters: Multi-family - condominiums.$ 23.20 8.90 Single-family homes and detached condominiums.......$ 20.67 8.56 ---------------------------------------------------------------- ELEC0008-007 04/25/2005 MONROE COUNTY: Rates Fringes ELECTRICIAN......................$ 29.09 15.15 FOOTNOTES: When a worker is required to make up cables, pot heads, or splices on lead cable: 5% per hour additional. Work where respiratory conditions exist and protective equipment is used: 5% per hour additional. Work on structures outside of buildings such as water towers, smoke stacks, radio and television towers, more than 75 ft. above the ground; also similar structures 30 ft. above the roofs of buildings on which the work is being performed; also, work in caissons and tunnels more than 30 ft. in depth and in tunnels under air pressure: 5% per hour additional. Work performed 40 ft. above any floor or pit floor (except work performed in a "bucket truck" or from a properly erected State approved scaffold) or any height above any hazardous location, such as acid pits, machinery, etc.: 5% per hour additional. Work welding or torch cutting any metal or rod that gives off toxic fumes for a period of one hour or more (short periods of time to be accumulative in the course of the day): 5% per hour additional. Compounding of special skills and/or hazardous pay shall not exceed a total of 10%. ---------------------------------------------------------------- ELEC0058-004 03/01/2008 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes Electricians: Work on sound and communications/limited-energy systems (including inter-communication public address, paging, music, security systems, nurse call systems, telecommunications (voice and data), fiber optic cabling systems, sound systems, broadband systems, computer network systems, CCTV systems, fire detection/signaling systems, and temperature control systems)............$ 27.83 3% + 6.25 All other work..............$ 22.02 9.30+3% FOOTNOTES: All other work on 4-story apartment buildings: Work on a suspended swinging scaffold, bosun chair or swinging crane inside or outside of buildings at elevations in excess of 60 ft. above the surface immediately below (does not include work performed from catwalks with guardrails on swinging cranes): 15% per hour additional. Work requiring the use of gas masks (does not apply to the use of dust respirators): 15% additional. ---------------------------------------------------------------- ELEV0036-001 01/01/2008 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes ELEVATOR MECHANIC................$ 40.22 16.285 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and Friday after, and Christmas Day. ---------------------------------------------------------------- ELEV0044-004 01/01/2008 MONROE COUNTY: Rates Fringes ELEVATOR MECHANIC................$ 38.43 16.285 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and Friday after, and Christmas Day. ---------------------------------------------------------------- ENGI0324-025 06/01/2008 Rates Fringes Power equipment operators: GROUP 1....................$ 37.99 16.75 GROUP 2....................$ 36.49 16.75 GROUP 3....................$ 34.99 16.75 GROUP 4....................$ 34.69 16.75 GROUP 5....................$ 33.87 16.75 GROUP 6....................$ 33.01 16.75 GROUP 7....................$ 32.04 16.75 GROUP 8....................$ 30.33 16.75 GROUP 9....................$ 23.02 16.75 GROUP 10....................$ 21.99 16.75 FOOTNOTES: Tower cranes: to be paid the crane operator rate determined by the combined length of the mast and the boom. If the worker must climb 50 ft. or more to the work station, $.25 per hour additional. Derrick and cranes where the operator must climb 50 ft. or more to the work station, $.25 per hour additional to the applicable crane operator rate. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Crane with boom and jib or leads 400' or longer GROUP 2: Crane with boom and jib or leads 300' or longer GROUP 3: Crane with boom and jib or leads 220' or longer GROUP 4: Crane with boom and jib or leads 140' or longer GROUP 5: Crane with boom and jib or leads 120' or longer GROUP 6: Regular crane operator, job mechanic, and concrete pump with boom operator GROUP 7: Regular engineer, Hydro-Excavator, Remote Controlled Concrete Breaker GROUP 8: Engineer when operating forklift, lull, extend-a-boom forklift GROUP 9: Engineer when operating compressor or welding machine GROUP 10: Fire tender or oiler ---------------------------------------------------------------- ENGI0325-015 10/01/2007 Rates Fringes Power equipment operators: (HAZARDOUS WASTE REMOVAL) LEVEL A: Engineer when operating crane with boom and jib or leads 140' or longer....$ 34.18 15.75 Engineer when operating crane with boom and jib or leads 220' or longer....$ 34.48 15.75 GROUP 1....................$ 31.53 15.75 GROUP 2....................$ 27.30 15.75 Regular crane operator, mechanic, dragline operator, boom truck operator and concrete pump with boom operator, power shovel operators.....$ 32.50 15.75 LEVEL B AND C: Engineer when operating crane with boom and jib or leads 140' or longer....$ 33.23 15.75 Engineer when operating crane with boom and jib or leads 220' or longer....$ 33.53 15.75 GROUP 1....................$ 30.58 15.75 GROUP 2....................$ 26.35 15.75 Regular crane operator, mechanic, dragline operator, boom truck operator and concrete pump with boom operator, power shovel operator......$ 31.55 15.75 LEVEL D WHEN CAPPING LANDFILL: Engineer when operating crane with boom and jib or leads 140' or longer....$ 31.68 15.75 Engineer when operating crane with boom and jib or leads 220' or longer....$ 31.98 15.75 GROUP 1....................$ 29.03 15.75 GROUP 2....................$ 24.80 15.75 Regular crane operator, mechanic, dragline operator, boom truck operator and concrete pump with boom operator, power shovel operators.....$ 29.38 15.75 LEVEL D: Engineer when operating crane with boom and jib or leads 140' or longer....$ 31.93 15.75 Engineer when operating crane with boom and jib or leads 220' or longer....$ 32.23 15.75 GROUP 1....................$ 29.28 15.75 GROUP 2....................$ 25.05 15.75 Regular crane operator, mechanic, dragline operator, boom truck operator and concrete pump with boom operator, power shovel operators.....$ 30.25 15.75 HAZARDOUS WASTE REMOVAL CLASSIFICATIONS GROUP 1: Backhoe, batch plant operator, clamshell, concrete breaker when attached to hoe, concrete cleaning decontamination machine operator, concrete pump, concrete paver, crusher, dozer, elevating grader, endloader, farm tractor (90 h.p. and higher), gradall, grader, heavy equipment robotics operator, loader, pug mill, pumpcrete machines, pump trucks, roller, scraper (self- propelled or tractor drawn), side boom tractor, slip form paver, slop paver, trencher, ultra high pressure waterjet cutting tool system operator, vactors, vacuum blasting machine operator, vertical lifting hoist, vibrating compaction equipment (self- propelled), well drilling rig and hydro excavator GROUP 2: Air compressor, concrete breaker when not attached to hoe, elevator, end dumps, equipment decontamination operator, farm tractor (less than 90 h.p.), forklift, generator, heater, mulcher, pigs (portable reagent storage tanks), power screens, pumps (water), stationary compressed air plant, sweeper, welding machine abd water wagon ---------------------------------------------------------------- ENGI0326-015 09/01/2007 Rates Fringes Power equipment operators - underground construction: (Alcona, Allegan, Alpena, Antrim, Arenac, Barry, Bay, Benzie, Berrien, Branch, Calhoun, Cass, Charlevoix, Cheboygan, Clare, Clinton, Crawford, Eaton, Emmet, Gladwin, Grand Traverse, Gratiot, Hillsdale, Huron, Ingham, Ionia, Iosco, Isabella, Jackson, Kalamazoo, Kalkaska, Kent, Lake, Leelanau, Lenawee, Manistee, Mason, Mecosta, Midland, Missaukee, Montcalm, Montmorency, Muskegon, Newaygo, Oceana, Ogemaw, Oscola, Oscoda, Otsego, Ottawa, Preque Isle, Roscommon, Saginaw, Sanilac, Shiawassee, St. Joseph, Tuscola, Van Buren and Wexford) Group 1.....................$ 27.27 15.75 Group 2.....................$ 22.38 15.75 Group 3.....................$ 21.88 15.75 Group 4.....................$ 21.60 15.75 Power equipment operators - underground construction: (Genesee, Lapeer, Livingston, Macomb, Monroe, Oakland, St. Clair, Washtenaw and Wayne) GROUP 1.....................$ 28.98 15.75 GROUP 2.....................$ 24.25 15.75 GROUP 3.....................$ 23.52 15.75 GROUP 4.....................$ 22.95 15.75 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Backfiller tamper; Backhoe; Batch plant operator (concrete); Clamshell; Concrete paver (2 drums or larger); Conveyor loader (Euclid type); Crane (crawler, truck type or pile driving); Dozer; Dragline; Elevating grader; Endloader; Gradall (and similar type machine); Grader; Mechanic; Power shovel; Roller (asphalt); Scraper (self-propelled or tractor drawn); Side boom tractor (type D-4 or equivalent and larger); Slip form paver; Slope paver; Trencher (over 8 ft. digging capacity); Well drilling rig; Concrete pump with boom operator; Hydro Excavator. GROUP 2: Boom truck (power swing type boom); Crusher; Hoist; Pump (1 or more-6-in. discharge or larger - gas or diesel- powered or powered by generator of 300 amperes or more - inclusive of generator); Side boom tractor (smaller than type D-4 or equivalent); Tractor (pneu-tired, other than backhoe or front end loader); Trencher (8-ft. digging capacity and smaller); Vac Truck GROUP 3: Air compressors (600 cfm or larger); Air compressors (2 or more-less than 600 cfm); Boom truck (non-swinging, non- powered type boom); Concrete breaker (self-propelled or truck mounted-includes compressor); Concrete paver (1 drum-l/2 yd. or larger); Elevator (other than passenger); Maintenance person; Pump (2 or more-4-in. up to 6-in. discharge-gas or diesel powered - excluding submersible pumps); Pumpcrete machine (and similar equipment); Wagon drill (multiple); Welding machine or generator (2 or more-300 amp.or larger-gas or diesel powered) GROUP 4: Boiler; Concrete saw (40 hp or over); Curing machine (self-propelled); Farm tractor (with attachment); Finishing machine (concrete); Fire person; Hydraulic pipe pushing machine; Mulching equipment; Oiler; Pumps (2 or more up to 4-in. discharge, if used 3 hours or more a day, gas or diesel powered - excluding submersible pumps); Roller (other than asphalt); Stump remover; Trencher (service); Vibrating compaction equipment, self-propelled (6 ft. wide or over); End dump operator; Sweeper (Wayne type and similar equipment);Water Wagon and Extend a-boom-forklift ---------------------------------------------------------------- * IRON0025-018 06/01/2008 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes Ironworkers: Fence erector...............$ 21.73 20.20 Ornamental, structural, precast erector.............$ 28.93 26.45 Siding & decking............$ 21.51 19.22 ---------------------------------------------------------------- IRON0025-019 04/01/2008 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes Ironworker - pre-engineered metal building erector...........$ 21.35 20.27 ---------------------------------------------------------------- IRON0055-006 06/01/2008 MONROE COUNTY: Rates Fringes Ironworkers: Fences & guardrails.........$ 19.75 14.45 Pre-engineered metal buildings, siding and decking.....................$ 23.28 14.45 All other residential work..$ 28.00 14.45 ---------------------------------------------------------------- LABO0005-009 10/01/2007 Rates Fringes Laborers - hazardous waste abatement: MACOMB AND WAYNE COUNTIES: Work performed inside the building and up to and including 5 ft. outside the building: Level A, B or C............$ 26.04 12.43 Work performed in conjunction with site preparation not requiring the use of personal protective equipment; Also Level D...............$ 25.04 12.43 MACOMB AND WAYNE COUNTIES: Work performed over 5 ft. outside the building: Level A, B or C............$ 22.81 11.75 Work performed in conjunction with site preparation not requiring the use of personal protective equipment; Also Level D...............$ 21.81 11.75 MONROE COUNTY: Work performed inside the building and up to and including 5 ft. outside the building: Level A, B or C............$ 26.92 11.19 Work performed in conjunction with site preparation not requiring the use of personal protective equipment; Also Level D...............$ 25.92 11.19 MONROE COUNTY: Work performed over 5 ft. outside the building: Level A, B or C............$ 22.95 8.99 Work performed in conjunction with site preparation not requiring the use of personal protective equipment; Also Level D...............$ 21.95 8.99 OAKLAND COUNTY: Level A, B or C............$ 26.04 12.43 Work performed in conjunction with site preparation not requiring the use of personal protective equipment; Also Level D...............$ 25.04 12.43 ---------------------------------------------------------------- LABO0259-013 08/01/2007 Rates Fringes Asbestos Laborer Includes removing and disposing of all insulation materials from walls, ceilings, floors, columns, and all other non- mechanical surfaces; and removal of insulating materials from mechanical systems that are to be demolished; loading/unloading of bagged and tagged materials at the disposal site (includes lead paint abatement clean-up).........$ 21.48 10.75 ---------------------------------------------------------------- LABO0334-020 07/01/2008 Rates Fringes Landscape Laborer GROUP 1.....................$ 19.36 5.80 GROUP 2.....................$ 15.14 5.80 LANDSCAPE LABORER CLASSIFICATIONS GROUP 1: Landscape specialist, including air, gas and diesel equipment operator, lawn sprinkler installer GROUP 2: Landscape laborer: small power tool operator, material mover, truck driver and lawn sprinkler installer tender ---------------------------------------------------------------- LABO0334-021 06/01/2008 MACOMB AND WAYNE COUNTIES: Rates Fringes Laborers: GROUP 1.....................$ 26.44 12.13 GROUP 2.....................$ 26.70 12.13 GROUP 3.....................$ 27.19 12.13 GROUP 4.....................$ 26.94 12.13 GROUP 5.....................$ 27.69 12.13 GROUP 6.....................$ 20.99 12.13 LABORER CLASSIFICATIONS: GROUP 1: Construction laborer, mason tender, carpenter tender, drywall handler, concrete laborer, concrete chute and concrete bucket handler, cement finisher tender and demolition laborer GROUP 2: Signal man (on sewer and caisson work); air, electric or gasoline tool operator (including concrete vibrator operator, acetylene torch and air hammer operator), scaffold builder, caisson worker GROUP 3: Lansing burner, blaster and powder man; air, electric or gasoline tool operator (blast furnace work or battery work) GROUP 4: Furnace battery heater tenders, burning bar and oxy-acetylene gun GROUP 5: Expediter man, top and/or bottom man (blast furnace work or battery work) GROUP 6: Cleaner/sweeper laborer, Furniture laborer Ground Burner rate: $.50 more than the Demolition Laborer (Group 1) rate. High Burner rate: $1.00 more than the Demolition Laborer (Group 1) rate. ---------------------------------------------------------------- LABO0335-006 09/01/2007 Rates Fringes Laborers - open cut: MACOMB, OAKLAND AND WAYNE COUNTIES: GROUP 1....................$ 21.36 11.81 GROUP 2....................$ 21.47 11.81 GROUP 3....................$ 21.52 11.81 GROUP 4....................$ 21.60 11.81 GROUP 5....................$ 21.66 11.81 GROUP 6....................$ 19.11 11.81 GROUP 7....................$ 15.73 11.81 MONROE, WASHTENAW, LIVINGSTON COUNTY (Eastern Portion): GROUP 1....................$ 21.43 9.44 GROUP 2....................$ 21.54 9.44 GROUP 3....................$ 21.66 9.44 GROUP 4....................$ 21.73 9.44 GROUP 5....................$ 21.88 9.44 GROUP 6....................$ 19.18 9.44 GROUP 7....................$ 15.82 9.44 SCOPE OF WORK: Open cut construction work shall be construed to mean work which requires the excavation of earth such as residential building site excavation and preparation, land balancing, demolition and removal of concrete and underground appurtenances, grading, paving, sewers, utilities and improvements; retention, oxidation, flocculation and irrigation facilities, and also including but not limited to underground piping, conduits, steel sheeting for underground construction, and all work incidental thereto, and general excavation. OPEN CUT LABORER CLASSIFICATIONS GROUP 1: Construction laborer GROUP 2: Mortar and material mixer, concrete form person, signal person, well point person, manhole, headwall and catch basin builder, guard rail builder, headwall, seawall, breakwall, dock builder and fence erector GROUP 3: Air, gasoline and electric tool operator, vibrator operator, driller, pump person, tar kettle operator, bracer, rodder, reinforced steel or mesh person (e.g., wire mesh, steel mats, dowel bars, etc.), welder, pipe jacking and boring person, wagon drill and air track operator and concrete saw operator (under 40 h.p.), windlass and tugger person and directional boring person,cement finisher GROUP 4: Trench or excavating grade person GROUP 5: Pipe layer (including crock, metal pipe, multi-plate or other conduits) GROUP 6: Grouting person, audio-visual television operations and all other operations in connection with closed circuit television inspection, pipe cleaning and pipe relining work, installation and repair of water service pipe and appurtenances GROUP 7: Restoration laborer, seeding, sodding, planting, cutting, mulching and top soil grading; and the restoration of property such as replacing mailboxes, wood chips, planter boxes, flagstones, etc. ---------------------------------------------------------------- LABO0465-003 06/01/2008 MONROE COUNTY: Rates Fringes Laborers: GROUP 1.....................$ 26.28 11.92 GROUP 2.....................$ 26.48 11.92 GROUP 3.....................$ 26.78 11.92 GROUP 4.....................$ 20.62 11.92 LABORER CLASSIFICATIONS GROUP 1: Laborer,concrete laborer; concrete chute, bucket handler, carpenter tender, demolition laborer GROUP 2: Mortar mixer, including concrete and mortar 1-2 cu. yd. or smaller machine, or by hand in a mortar box; mason tender, plaster tender, portable mixer operator, air electric & gasoline tool operator (including concrete vibrator operator and acetylene torch), caisson worker; furnace battery heater tender; signal person on concrete pours only, cement mason tender GROUP 3: Hazardous work: employees required to wear acid resistant clothing, heat resistant clothing or radiation protective clothing. GROUP 4: Cleaner; sweeper; furniture mover FOOTNOTES: On steeples, towers, silos, stacks and spires, the base wage for work performed shall be fifty cents ($0.50) over the construction laborer rate, or applicable rate. The fifty cents per hour differential shall start at the ground level. Scuba-diving: One hundred dollars ($100.00) per day plus twenty dollars ($20.00) for maintenance of individuals personal diving equipment. Dynamite and blasters: One dollar ($1.00) per hour over construction laborer rate. Ground Burner: Base wage shall be $.50 per hour more than the hourly rate for a demolition laborer. High Burner: Base wage shall be $1.00 per hour more than the hourly rate for a demolition laborer ---------------------------------------------------------------- LABO1076-002 06/01/2008 OAKLAND COUNTY: Rates Fringes Laborers: GROUP 1.....................$ 26.44 12.13 GROUP 2.....................$ 26.70 12.13 GROUP 3.....................$ 27.19 12.13 GROUP 4.....................$ 26.94 12.13 GROUP 5.....................$ 20.99 12.13 LABORER CLASSIFICATIONS GROUP 1: Construction laborer, mason tender, carpenter tender, drywall handler, concrete chute and concrete bucket handler, cement finisher tender, concrete laborer, demolition laborer GROUP 2: Signal person (on sewer and caisson work); air, electric or gasoline tool operator (including concrete vibrator operator, acetylene torch and air hammer operator); scaffold builder; caisson worker GROUP 3: Lansing burner, blaster and powder person GROUP 4: Burning bar and oxy-acetylene gun, expediter person, top and/or bottom person (blast furnace work) and furnace battery heater tender GROUP 5: Cleaner/sweeper laborer and Furniture Laborer PREMIUM PAY: Demolition burner: A ten minute period for cleaning up shall be allowed before lunch and again at the end of a day's work. Ground burner: Base wage shall be $.50 cents per hour more than the hourly rate for a demolition laborer(construction laborer). High Burner: Base wage shall be $1.00 per hour more than the hourly rate for demolition laborer(Construction Laborer) ---------------------------------------------------------------- PAIN0022-004 06/01/2007 Rates Fringes DRYWALL FINISHER/TAPER (in Monroe County, does not include Level 5 work (covering the whole board)): Work on single family homes and apartments up to and including 3 stories (does not include high-rise apartments, condominiums, hotels, motels, convalescent homes, medical centers and other such commercial businesses).$ 21.11 14.17 PAINTER Work on single family homes and apartments up to and including 3 stories (does not include high- rise apartments, condominiums, hotels, motels, convalescent homes, medical care centers and other such commercial businesses)......$ 19.54 14.22 FOOTNOTES: Drywall finisher: Work spraying texture: $0.50 per hour additional. Painter: For all spray work and drywall finishers rigging for spray work, also blowing off (applies only to workers doing rigging for spray work on off-the-floor work; does not include setting up or moving rigging on floor surfaces, nor does it apply to workers engaged in covering up or tending spray equipment): $0.80 per hour additional. For all sandblasting and spray work performed on highway bridges, overpasses, tanks or steel: $0.80 per hour additional. For all brushing, cleaning and other preparatory work (other than spraying or steeplejack work) at scaffold heights of fifty (50) feet from the ground or higher: $0.50 per hour additional. For all preparatorial work on painting performed on open steel under forty (40) feet when no scaffolding is involved: $0.50 per hour additional. For all swing stage work - window jacks and window belts - exterior and interior: $0.50 per hour additional. For all spray work and sandblaster work to a scaffold height of forty (40) feet above ground level: $0.80 per hour additional. For all preparatorial work and painting on all highway bridges or overpasses up to forty (40) feet in height: $0.50 per hour additional. For all steeplejack work performed where the elevation is forty (40) feet or more: $1.25 per hour additional. ---------------------------------------------------------------- PAIN0357-004 06/01/2008 Rates Fringes GLAZIER..........................$ 29.20 14.56 PAID HOLIDAYS: New Year's Day, Decoration Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day; provided that the employee has worked the last full regular scheduled work day prior to the holiday, and the first full regular scheduled work day following the holiday, provided the employee is physically able to work. ---------------------------------------------------------------- PLAS0067-002 06/01/2007 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes PLASTERER........................$ 30.58 12.27 ---------------------------------------------------------------- PLAS0886-008 07/01/2007 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 27.39 13.48 FOOTNOTES: Work on all swing stages, underground and tunnel work, on all types of grinders used on concrete construction: $0.35 per hour additional. Continuous pour (work on all field construction by jump or slip method of hollow concrete columns such as chimneys, silos and bins, and multiple-celled silos as used in cement and grain storage): $2.00 per hour additional. ---------------------------------------------------------------- PLAS0886-009 07/01/2007 Rates Fringes Drywall taper and finisher.......$ 26.01 11.78 PLASTERER........................$ 27.52 11.78 FOOTNOTES: Work on swing stage: $0.25 per hour additional. Nozzle operator or operator of the plastering Browning gun: $0.75 per hour additional. ---------------------------------------------------------------- PLUM0098-004 06/04/2007 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes PLUMBER..........................$ 26.96 14.37 ---------------------------------------------------------------- PLUM0636-006 07/31/2007 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes PIPEFITTER.......................$ 35.98 19.03 ---------------------------------------------------------------- PLUM0671-002 07/01/2007 MONROE COUNTY: Rates Fringes Plumbers and Pipefitters.........$ 24.38 13.10 FOOTNOTES: Work performed on scaffolds, ladders, picks, staging and structural steel 40 ft. above any floor or pit floor or any height above any hazardous locations such as acid pits, moving machinery, etc.: 10% per hour additional. The 40 ft. shall be determined by the height of the work and not where an employee stands. Respiratory conditions and poor air quality: Where this condition is found to exist: 10% per hour additional. ---------------------------------------------------------------- ROOF0134-005 07/01/2007 MONROE COUNTY: Rates Fringes ROOFER, Including Built Up, Composition and Single Ply Roofs............................$ 23.85 14.94 ---------------------------------------------------------------- ROOF0149-010 06/01/2007 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes Roofers: Roofer......................$ 28.21 14.60 Slater......................$ 29.36 14.60 ---------------------------------------------------------------- SFMI0669-007 04/01/2008 MONROE COUNTY: Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 31.46 14.30 ---------------------------------------------------------------- SFMI0704-002 01/01/2008 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 38.68 16.99 ---------------------------------------------------------------- SHEE0033-019 03/01/2006 MONROE COUNTY: Rates Fringes Sheet Metal Worker...............$ 14.97 7.72 FOOTNOTES: All other residential work: Work subject to a free fall of forty (40) ft. or more: $1.00 per hour additional. Work performed over operative unguarded machinery or over heat-producing vessels which are operating and which have increased the temperature to at least 125 degrees: $1.00 per hour additional. Work performed with a helicopter: $1.00 per hour additional. Height and hazard pay premiums shall not be compounded. ---------------------------------------------------------------- SHEE0080-005 06/01/2006 MACOMB, OAKLAND AND WAYNE COUNTIES: Rates Fringes Sheet Metal Worker...............$ 17.49 9.13 ---------------------------------------------------------------- TEAM0247-005 06/01/2003 Rates Fringes Truck drivers: GROUP 1.....................$ 26.02 a GROUP 2.....................$ 26.18 a GROUP 3.....................$ 26.285 a PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If any of the above holidays fall on a Sunday, the following Monday shall be considered the holiday. FOOTNOTE: a. $152.25 per week, plus $25.60 per day, plus the following vacation pay: Drivers who have been in the employ of their company for 3 years or less: $0.60 per hour. Drivers who have been in the employ of their company for 4 years through 10 years: $1.00 per hour. Drivers who have been in the employ of their company for 11 years through 15 years: $1.45 per hour. Drivers who have been in the employ of their company for 16 years and longer: $1.85 per hour. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Truck driver on all trucks except semi trucks or tractor trailers, pole trailers, lowboys, straddle carriers, double bottom and special load permit driver GROUP 2: Truck driver on semi trucks or tractor trailers except pole trailer driver, lowboy driver, straddle carriers, double bottom and special load permit driver GROUP 3: Pole trailer driver, lowboy driver, straddle carriers double bottom driver, special permit load driver, fuel truck driver, bus driver, and water truck driver ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- 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 PART IV SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS OR QUOTERS K.1TAXPAYER IDENTIFICATION (FAR 52.204-3) (OCT 1998) (a)Definitions. Common parent, as used in this solicitation provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this solicitation provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b)All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c)The TIN maybe used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN. (d)Taxpayer Identification Number (TIN). { } TIN: ______________________________. { } TIN has been applied for. { } TIN is not required because: { } Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.; { }Offeror is an agency or instrumentality of a foreign government; { }Offeror is an agency or instrumentality of the Federal Government. (e)Type of organization. { }Sole proprietorship; { }Partnership; { }Corporate entity (not tax-exempt); { }Corporate entity (tax-exempt); { }Government entity (Federal, State, or Local); { }Foreign government; { }International organization per 26 CFR 1.6049-4; { } Other ____________________________________ (f)Common Parent. { }Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this clause. { }Name and TIN of common parent: Name:____________________________________________________ TIN:_____________________________________ K.2VENDOR EXPRESS INFORMATION (a)On April 26, 1996, President Clinton signed into law The Debt Collection Improvement Act of 1996 (DCIA), which revises the way that Federal agencies must pay their vendors. The law requires Federal agencies to make electronic payments to all recipients who become eligible to receive such payments on or after July 26, 1996. This method of payment is mandatory for vendors and government. (b)The offeror is required to apply for a FFIS Vendor Number through the National Finance Center, and to provide the number assigned by the National Finance Center on every invoice/request for payment. (c)FFIS Vendor Number: [ ] FFIS: ______________________________________ [ ]FFIS has been applied for. K.3DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (52.204-6) (JUN 1999) (a)The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” followed by the DUNS number that identifies the offeror’s name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. (b)If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1)Company name. (2)Company address. (3)Company telephone number. (4)Line of business. (5)Chief executive officer/key manager. (6)Date the company was started. (7)Number of people employed by the company. (8)Company affiliation. (c)Offerors located outside the United States may obtain the location and phone number of the local Dun and Bradstreet Information Services office from the Internet home page at http://www.customerservice@dnb.com/. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@mail.dnb.com. K.4SMALL BUSINESS PROGRAM REPRESENTATIONS (FAR 52.219-1) (MAY 2001) (a)(1)The North American Industry Classification System (NAICS) code for this acquisition is 238160. (2)The small business size standard is $17.0 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)Representations. (1)The offeror represents as part of its offer that it { } is, { } is not a small business concern. (2)[Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it { } is, { } is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3)[Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it { } is, { } is not a women-owned small business concern. (4)[Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it { } is, { } is not a veteran-owned small business concern. (5)[Complete only if offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it { } is, { } is not a service-disabled veteran-owned small business concern. (6)[Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that i.it { } is, { } is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office of ownership, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and ii.it { } is, { } is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: ________________________________________________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (c)Definitions. As used in this provision-- “Service-disabled veteran-owned small business concern”— (1)Means a small business concern— i.Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and ii.The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2)Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (a) of this provision. “Veteran-owned small business concern” means a small business concern— (1)Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2)The management and daily business operations of which are controlled by one or more veterans. “Women-owned small business concern” means a small business concern--- (1)Which is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2)Whose management and daily business operations are controlled by one or more women. (d)Notice. (1)If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2)Under 15 U.S.C. 645(d), any person who misrepresents a firm’s status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i)Be punished by imposition of fine, imprisonment, or both; (ii)Be subject to administrative remedies, including suspension and debarment; and (iii)Be ineligible for participation in programs conducted under the authority of the Act. K.5SMALL BUSINESS CONCERN REPRESENTATION FOR THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (FAR 52.219-19) (OCT 2000) (a)Definition. Emerging small business "Emerging small business" as used in this solicitation, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity. (b){Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.} The Offeror { } is, { } is not an emerging small business. (c){Complete only if the Offeror is a small business or an emerging small business, indicating its size range.) Offeror's number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] OR Offeror's average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] ______________________________________________________ Number of Employees|Avg. Annual Gross Revenues ____50 or fewer............|_________$1 million or less. ____51-100...................|_________$1,000,001-$2 million. ____101-250.................|_________$2,000,001-$3.5 million. ____251-500.................|_________$3,500,001-$5 million. ____501-750.................|_________$5,000,001-$10 million. ____751-1,000..............|_________$10,000,001-$17 million. ____Over 1,000............|_________Over $17 million. ________________________________________________________________ K.6CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (FAR 52.209-5) (APR 2001) (a)(1)The Offeror certifies, to the best of its knowledge and belief, that— (i)The Offeror and/or any of its Principals— (A){ } Are; { } are not, presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B){ } Have; { } have not, within a three-year period preceding this offer, been convicted of or had a civil judgement rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; (C ) { } Are; { } are not, presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision; and. (ii)(A) The offeror, aside from the offenses enumerated in paragraphs (a)(1)(i)(A), (B), and (C) of this provision, has * has not * within the past three years, relative to tax, labor and employment, environmental, antitrust, or consumer protection laws-- (1) Been convicted of a Federal or State felony (or has any Federal or State felony indictments currently pending against them); or (2)Had a Federal court judgment in a civil case brought by the United States rendered against them; or (3)Had an adverse decision by a Federal administrative law judge, board, or Commission indicating a willful violation of law. (B) If the offeror has responded affirmatively, the offeror shall provide additional information if requested by the Contracting Officer; and (iii) The Offeror { } has; { } has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2)Principals, for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions)/ This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b)The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c)A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d)Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e)The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. FEDERAL ACQUISITION REGULATION CLAUSES CLAUSE NUMBER DATE TITLE______________________________ 52.204-7 OCT 2003 CENTRAL CONTRACTOR REGISTRATION SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR QUOTERS L.1 INQUIRIES (AGAR 452.204-70) (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation About any aspect of this requirement prior to contract award. L.2 MAGNITUDE OF CONSTRUCTION (a) Less than $100,000 L.3SITE VISIT (CONSTRUCTION) (ALTERNATE I) (FAR 52.236-27) (FEB 1995) (a)The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigation 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. (b)An organized site visit may be arranged during normal duty hours by contacting: Robert Bertram, Specialist USDA Rural Development 1056 W. Michigan Avenue Adrian, MI. 49221 517-263-1782 L.4NOTICE OF EMERGING SMALL BUSINESS SET-ASIDE (FAR 52.219-20) (JAN 1991) Offers or quotations under this acquisition are solicited from emerging small business concerns only. Offers that are not from an emerging small business shall not be considered and shall be rejected. L.5PREPARATION OF PROPOSALS--CONSTRUCTION (FAR 52.236-28) (OCT 1997) (a)Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form. (b)The proposal form may require offerors to submit proposed prices for one or more items on various bases, including-- (1) Lump sum price; (2) Alternate prices; (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision. (c)If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted. (d)Alternate proposals will not be considered unless this solicitation authorized their submission. L.6 PREPARATION AND SUBMISSION OF QUOTATIONS Offerors shall complete the following documents and return them to the issuing office identified in Item 5a on or before the dates indicated in Block 10 of Form SF-18 (Revised 06/95). Failure to provide ANY of this information shall deem the offeror non-responsive to the solicitation, and the quote shall not be considered. (a)One fully executed copy of the Standard Form 18, “Request for Quotations”. (b)One copy of the price proposal (Section B – completed line item quotes). (c)One copy of “Representations, Certifications and Other Statements of Offerors or Quoters” (Section K). (d)Any solicitation amendments, if applicable. L.7 AMENDMENTS TO PROPOSALS (AGAR 452.215-72) (FEB 1988) Any changes to a proposal made by the offeror after its initial submittal shall be accomplished by replacement pages. Changes from the original page shall be indicated on the outside margin by vertical lines adjacent to the change. The offeror shall include the date of the amendment on the lower right corner of the changed pages. L.8 SERVICE OF PROTEST (FAR 52.233-2) (AUG 1996) (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contract Program Manager (addressed as follows) by obtaining written and dated acknowledgment of receipt from USDA, Rural Development ATTN: Greg Stevens Contract Program Manager 3001 Coolidge Rd., Suite 200 East Lansing, MI 48823 (b)The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. SECTION M EVALUATION FACTORS FOR AWARD M.1The Government will evaluate quotations in response to this solicitation on the basis of price and any price-related factors specified elsewhere in this solicitation. A contract will be awarded to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government. To be determined responsible, a prospective contractor must -- (a)Have adequate financial resources to perform the contract, or the ability to obtain them (See FAR Part 9.104-3(a)); (b)Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c)Have a satisfactory performance record (See FAR Part 9.104-3(b) and Subpart 42.15); A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in FAR Part 9.104-2; (d)Have a satisfactory record of integrity and business ethics including satisfactory compliance with the law including tax laws, labor and employment laws, environmental laws, antitrust laws, and consumer protection laws. (e)Have the necessary organization, experience, accounting and operational controls, technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR Part 9.104-3(a)); (f)Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (See FAR Part 9.104-3(a)); and (g)Be otherwise qualified and eligible to receive an award under applicable laws and regulations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec59fe7630d199f7f8439bb036e0107b&tab=core&_cview=1)
 
Place of Performance
Address: Highland Terrace Apartments, 625 Rawson Rd., Dundee, Michigan, 48131, United States
Zip Code: 48131
 
Record
SN01637895-W 20080814/080812224529-ec59fe7630d199f7f8439bb036e0107b (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.