Open Market Request for Quote (RFQ) Lowest Price ...

39
UNITED STATES DISTRICT COURT DISTRICT OF ALASKA 222 W. 7 TH AVENUE, ROOM 229 ANCHORAGE, ALASKA 99513 September 10, 2018 Lesley K. Allen District Court Executive Open Market Request for Quote (RFQ) Lowest Price, Technically Acceptable Offer RFQ Number: AKXPROB18-0001 Request Date: Monday, September 10, 2018 To: Prospective Vendors Re: AMENDMENT to RFQ AKXPROB18-0001 U.S. Probation Flooring Replacement The attached Statement of Work has been amended to clarify the scope of the project and to note changes to the project requirements. Changes are highlighted in yellow. Requirements and add options that have been removed from this RFQ have been crossed out in red. Please refer to the attached Amended Statement of Work (SOW). A fixed price award from this RFQ will be issued to the vendor based on the lowest price, technically acceptable offer. Quotes may be faxed to Loisi Vailea at (907) 677-6161, or e-mailed to [email protected] by Monday, September 17, 2018 at 4:00PM AKST. Hand carried quotes must be delivered by the same time at the address below. United States District Court District of Alaska Attn: Loisi Vailea 222 W 7 th Ave., Room 229 Anchorage, AK 99513 Sincerely, Loisi Vailea Contracting Officer/Project Manager Phone: (907) 677-6124 Cell: (907) 242-0888

Transcript of Open Market Request for Quote (RFQ) Lowest Price ...

UNITED STATES DISTRICT COURT DISTRICT OF ALASKA

222 W. 7TH AVENUE, ROOM 229 ANCHORAGE, ALASKA 99513

September 10, 2018

Lesley K. Allen District Court Executive

Open Market Request for Quote (RFQ)

Lowest Price, Technically Acceptable Offer RFQ Number: AKXPROB18-0001 Request Date: Monday, September 10, 2018 To: Prospective Vendors Re: AMENDMENT to RFQ AKXPROB18-0001 U.S. Probation Flooring Replacement The attached Statement of Work has been amended to clarify the scope of the project and to note changes to the project requirements. Changes are highlighted in yellow. Requirements and add options that have been removed from this RFQ have been crossed out in red. Please refer to the attached Amended Statement of Work (SOW). A fixed price award from this RFQ will be issued to the vendor based on the lowest price, technically acceptable offer. Quotes may be faxed to Loisi Vailea at (907) 677-6161, or e-mailed to [email protected] by Monday, September 17, 2018 at 4:00PM AKST. Hand carried quotes must be delivered by the same time at the address below. United States District Court District of Alaska Attn: Loisi Vailea 222 W 7th Ave., Room 229 Anchorage, AK 99513 Sincerely, Loisi Vailea Contracting Officer/Project Manager Phone: (907) 677-6124 Cell: (907) 242-0888

Statement of Work September 10, 2018 1

Stat

emen

t of W

ork

– A

men

dmen

t 1 U.S. Probation & Pretrial Services Office,

District of Alaska 222 W 7th Avenue, Room 168 Anchorage, AK 99513

Date: Project Location:

September 10, 2018 U.S. Probation & Pretrial Services Office, District of Alaska 222 W 7th Avenue, Room 168 Anchorage, AK 99513

Project Background The following Statement of Work has been amended to clarify the scope of the project and to note changes to project requirements.

The United States Probation & Pretrial Services Office is soliciting Open Market quotes for the replacement of carpet tile, VCT, and tile flooring in the Anchorage Office located at the James M. Fitzgerald Federal Building & U.S. Courthouse. A fixed price award from this RFQ will be made based on the lowest priced, technically acceptable offer. Quotes must be received by the court by Monday, September 17, 2018 at 4:00PM.

General Information 1. This is a request for Open Market Pricing

2. This contract is subject to The Davis-Bacon Act, 40 U.S.C. § 3142. A certified payroll

must be submitted with invoice(s). http://www.labor.alaska.gov/lss/forms/weekly-cert-payroll.pdf. See Attachment 2 for current construction wage determination

3. All work shall comply with the latest versions of GSA’s PBS-100, Facility Standards for the Public Buildings Service http://www.gsa.gov/portal/content/104821

4. Specific attention should be given to PBS-100 Chapter One requirements including Laws, Regulations, Codes and Standards, and Key Sustainable Product requirements for carpet, interior paint, gyp board, ceiling tiles, and concrete

Statement of Work September 10, 2018 2

5. Contractor shall provide all supplies, materials, services, and labor to perform the work 6. Contractor shall be responsible for obtaining all necessary local, state, and federal

permits, licenses, and clearances, if applicable

7. Field Verification: All work dimensions, quantities, and locations shall be field verified by the contractor. See Site Visit/Field Verification Section for scheduled site visit

8. Contractor Use of Premises: The Contractor shall coordinate with the Project Manager (PM) to arrange a schedule for site access during construction. Construction processes disruptive to normal facility operations shall be coordinated with the PM in writing at least five business days in advance. The contractor shall be authorized to use building restrooms

9. Utilities: Contractor shall be authorized to use utilities during the course of this project. The contractor is responsible for making connections to the existing utility systems. If applicable, temporary electrical work shall meet the requirements of NFPA 70. When temporary connections are removed, the Contractor is responsible for restoring existing utility services to their original condition

10. Utility Outages and Locates: No utility outages will be approved without the written consent and approval of the PM and GSA. Requests for utility outages shall be coordinated in writing at least five business days in advance with the PM

11. Protection of Public: The building site will continue to be used by tenants. The contractor shall fence, barricade, or otherwise block off the immediate work area to prevent unauthorized entry

12. Housekeeping: The project site shall be kept in a neat, orderly, and safe condition at all times and all work areas shall be cleaned at the end of each work day. A final cleaning of the entire construction area will be required at substantial completion of the project. Final Cleaning to include (1) Removal of all tools, equipment, surplus materials, and rubbish/debris; (2) Restore or refinish, to original condition, surfaces that are damaged due to work of this contract; (3) Removal of grease, dirt, stains, foreign materials, and labels from finished surfaces’ and (4) thoroughly clean building interiors

Statement of Work September 10, 2018 3

13. Disposal: Ensure all waste materials and debris are disposed at an Alaskan Department of Environmental Conservation (DEC) approval disposal site, in accordance with applicable environmental regulations. Unless otherwise specified, all materials removed becomes the property of the Contractor

14. Painting/Staining: If necessary, all painting, staining, or other activity, which may cause noxious or undesirable fumes, must be performed outside of the normal, working hours of 8AM – 5PM. Painting/staining shall be coordinated in writing with the PM at least 5 business days in advance. The Contractor is responsible for using “low or no VOC” paints and stains

15. Communications: Contractor project designee must be available to provide project status updates to the PM each work day

16. All contractors working on-site are subject to background checks by the U.S. Marshal Service. A list of employees including the following information is required after award: Legal Name, Alias, Date of Birth, and Sex

17. Please submit a tentative installation schedule including the following milestones: (1) Date carpet will arrive in Anchorage, (2) Installation Start Date, and (3) Number of days for install. This schedule will be considered during the technical review

18. A fixed price award from this RFQ will be made based on the lowest price,

technically acceptable offer. Installation is desired within 45 days after receipt of order (ARO)

19. Quotes concerning this RFQ should be addressed to Loisi Vailea at the U.S. District Court, District of Alaska located in the Anchorage Federal Building, 222 W 7th Avenue, Room 229, Anchorage, AK 99513, Phone: 907-677-6124, Fax: 907-677-6161, and Email: [email protected]. Quotes may be faxed, e-mailed, or hand carried to the above listed address by Monday, September 17, 2018 at 4:00PM

20. The project location for this contract is at the Anchorage Federal Building, 222 W 7th Avenue, Room 168, Anchorage, AK 99513

21. The Court’s intention is to award by September 21st, 2018, subject to availability of funds

Statement of Work September 10, 2018 4

Parking/Loading Dock Street and Paid Lot parking in the surrounding area of the courthouse is available. The Courthouse/Federal Building has a loading dock and freight elevator available; use must be coordinated with PM in advance.

Project Description Contractor shall execute the project as follows (reference-attached floorplan titled “USPO Carpet Floor Plan”):

The work of this project consists of, but is not limited to, general construction of office space, including but not limited to demolition of existing flooring throughout the entire office. Conduct all operations with a minimum of noise and odors. The use of pneumatic or electric hammers for demolition and cutting purposes within the existing building will not be permitted during normal business hours Preservation of existing features: Confine all operations to work limits of the project. Prevent damage to all adjacent areas and existing building surfaces and systems. Restore any damage to Government property due to the aforementioned work or replace in a manner satisfactory to the PM. Move all furniture as needed to install carpet tiles. Replace in original position after install. The court will remove all equipment and personal items. Installation Schedule: The court’s desire is to have the individual offices installed in sections with each section having a turnaround time of three days.

Construction:

• Provide and maintain suitable barricades during the progress of work. Assume the responsibility of barriers to completion of contract and remove once project is complete

• Clean government occupied areas affected by work daily. Clean all surfaces affected by construction before the start of the next business day

• Reinstall existing floor mounted door stops throughout office

Statement of Work September 10, 2018 5

Carpet: • Demo and dispose of carpet tiles throughout office space • Provide and install new carpet tiles (Approx. 7,113.18 sq. ft. - Marked in red on

attached drawing) o Carpet seams shall occur at junction of partitions, thresholds, or change of

direction in corridor. Strip patching is not acceptable o Installation Method: Monolithic

• Supply an additional 3% of carpet tile for owner’s stockroom • Provide and install 4.5” Roppe 700 Series Cove Base throughout office space • Provide and install one transition pieces for Server Room door

Lobby: • Prep existing VCT to receive new LVT in Lobby • Provide and install new LVT over existing VCT in Lobby

(Approx. 217.06 sq. ft. - Marked in blue on attached drawing) o Apply three (3) coats of wax onto VCT floors

• Provide and install 4.5” Roppe 700 Series Cove Base in Lobby • Provide and install four transition pieces (4 doors)

UA Lab: • Demo and dispose of existing tile (small 1” squares – see attachment 1 UA Lab) • Demo and dispose of existing rubber cove base • Prep existing VCT to receive new LVT if possible (our desire is to have new LVT

installed on top of VCT) • Prep subfloor where tile used to be for new LVT • Provide and install new LVT in UA Lab

(Approx. 101.91 sq. ft. - Marked in blue on attached drawing) o Apply three (3) coats of wax onto VCT floors

• Provide and install 6” Roppe 700 Series Cove Base • Provide and install one new rubber transition piece to match cove

UA Restroom: • Demo and dispose of existing tile (small 1” squares – see attachment 1 UA

Restroom) • Prep existing VCT to receive new LVT if possible (our desire is to have new LVT

installed on top of VCT) • Prep subfloor where tile used to be for new LVT • Provide and install new LVT in UA Restroom

(Approx. 38.47 sq. ft. - Marked in blue on attached drawing) o Apply three (3) coats of wax onto VCT floors

Statement of Work September 10, 2018 6

• Provide and install 6” Roppe 700 Series Cove Base • Provide and install one new rubber transition piece to match cove • Provide and Install Red Footprint Floor Signs: Footprint floor signs must be replaced

in the exact location as existing prints. The new prints must be permanent and waterproof. Permanent stickers and/or paints are acceptable.

Rhonda Restroom: • Demo and dispose of existing tile (small 1” squares – see attachment 1 Rhonda’s

Restroom) • Prep existing VCT to receive new LVT if possible (our desire is to have new LVT

installed on top of VCT) • Prep subfloor where tile used to be for new LVT • Provide and install new LVT in Rhonda’s Restroom

(Approx. 45.26 sq. ft. - Marked in blue on attached drawing) o Apply three (3) coats of wax onto VCT floors

• Provide and install 6” Roppe 700 Series Cove Base • Provide and install one new rubber transition piece to match cove

Kitchenette Area: • Prep existing VCT to receive new LVT in Kitchenette Area • Provide and install new LVT in Lobby

(Approx. 80.04 sq. ft.) • Provide and install 4.5” Roppe 700 Series Cove Base in Lobby • Provide and install a transition piece where the LVT and Carpet meet

The existing Roppe (Color: 129 Dolphin) Rubber Cove stays in place

Product Requirements Carpet Tile: Shaw Carpet Tile or equivalent with the following criteria:

Running line standard pattern, first quality carpet, no seconds or close outs Meets the Carpet & Rug Institute criteria for Green Label Plus for Indoor Air Quality Face yarn 100% branded nylon, minimum face weight 20.0oz/yd2 Pattern and color: Shaw Contract Carpet Tile:

o Style: Fine Point Tile o Collection: Hand Drawn o Style Number: 5T113 o Color Name: Gouache o Color Number: 13761

Statement of Work September 10, 2018 7

o Size: 18” x 36” Tile o Tufted Weight: 20.0oz/yd2 o Installation Method: Monolithic

Provide manufacturer's standard warranty. Items to be warranted include wear, static discharge, edge ravel/zippering, delamination, and dimensional stability; minimum length 10 years, non-prorated.

Carpet to be installed per the carpet manufacturers recommendations

Luxury Vinyl Tile: LVT has not been selected. Upon award please provide three LVT options that correspond with the carpet tile:

o 12” x 12” x 1/8” Vinyl Composition Tile o ASTM F 1066, Class 2 – through pattern

Floor Wax for LVT Flooring:

Durable Non-Slip High gloss finish Scratch/black mark resistant

Transitions and Cove Base in UA Lab and Restrooms:

Cove Base: Roppe 700 Series, 129 Dolphin o Height: 6” in UA Lab and Restrooms o Height: 4.5” in all other areas

Transition Color: Roppe, 129 Dolphin if available o Would like to try and match the Cove Base selection

Add Options: The additional options below will be added to the contract per the Contracting Officers discretion, subject to the availability of funds.

Provide pricing on a separate line for the add options below.

Level Large Conference Room floor o Please provide least expensive option to level the subfloor. o Note: that Robertson duct does run through this space. o Method and materials must be approved by GSA prior to award

Install tile back splash behind UA Restroom sink o Price 3” x 6” subway tile (tile selection subject to change)

Statement of Work September 10, 2018 8

o Area to receive tile backsplash is approximately 36” x 43” (Back Wall Only) Provide and Install 13 Stainless Steel 3.5” x 48”, 20 gage Corner Guards within

office space (Marked in purple on attached floor plan)

Service Requirements Move furnishings as needed to install carpet tiles. Replace in original position after install. Please identify all equipment needing to be removed by the Court’s IT Department from furnishings in order to install new flooring. Installation Schedule: The court’s desire is to have the individual offices installed in sections with each section having a turnaround time of three days.

Completion Criteria Contractor shall have fulfilled its obligation when: (1) new carpet tiles, LVT, and cove base have been installed per the manufacturers recommendations, (2) furniture has been moved back to its original position, (3) applicable add options are completed, and (4) all debris has been removed from court property, and work site has been thoroughly cleaned.

Site Visit/ Field Verification Field Verification is required.

A site visit is scheduled for Thursday, August 30, 2018 at 10:00AM. o Property Location: 222 W 7th Avenue, Anchorage, AK 99513 o Meeting Location:1st Floor Lobby at 7th Avenue Entrance o Contact: Loisi Vailea, Cell: (907) 242-0888

Questions and Clarifications Questions concerning this RFQ must be submitted in writing to: [email protected] by Wednesday, September 5, 2018. Responses will be sent to all participants in the same manner that the original RFQ was distributed by Monday, September 10, 2018 at 5:00PM.

Submission of Quotation Package The following documents are required in the quotation package for this RFQ:

1. Quote (Must use and complete the attached Quote Sheet)

Statement of Work September 10, 2018 9

2. If you are not a SAM registered contractor, the AO 213 is required 3. Tentative installation schedule 4. Product Information for Items included in your quote: Carpet Tiles, LVT, Cove

Base, Corner Guards, and Backsplash Tile

Judiciary Terms and Conditions This award incorporates the following Judiciary statutes and clauses:

1. § 130.20.55 Labor Statues Governing Contractor Wages and Benefits

(b) Construction Contract Employee Minimum Wages and Benefits

The Davis-Bacon Act, 40 U.S.C. § 3142, requires that federal contracts for construction, alteration or repair of public buildings in excess of $2,000 include a clause specifying minimum wages, as determined by the Secretary of Labor based on prevailing wages in the specific locality on similar projects, required to be paid to various classes of laborers and mechanics.

2. Clause B-5, Clauses Incorporated by Reference (SEP 2010) (DEVIATION)

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 address: http://www.uscourts.gov/procurement.aspx. The following clauses apply as indicated:

Clause 3-3 Provisions, Clauses, Terms and Conditions – Small Purchases (JUN 2014)

Clause 3-300 Registration in the System for Award Management (APR 2013) Clause 3-305 Payment by Electronic Funds Transfer – System for Award

Management (SAM) Registration (APR 2013) Clause 3-310 Payment by Electronic Funds Transfer – Other than SAM

Registration (APR 2013) Clause 7-20 Security Requirements (APR 2013) Clause 7-55 Contractor Use of Judiciary Networks (JUN 2014) Clause 7-65 Protection of Judiciary Buildings, Equipment, and Vegetation

(APR 2013) Clause 7-115 Availability of Funds (JAN 2003)

3. The following full text clauses apply if indicated:

Statement of Work September 10, 2018 10

Clause 2-90C, Option to Extend Services (APR 2013)

The judiciary may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The contracting officer may exercise the option by written notice to the contractor no later than 5 business days prior to the construction schedule completion date

(end)

Clause 6-20, Insurance – Work On or Within a Judiciary Facility Include the following clause as prescribed in § 630.20.40(a) (Clauses).

Insurance – Work On or Within a Judiciary Facility (APR 2011)

A. The contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the following kinds and minimum amounts of insurance:

1. Workman's Compensation and Employee's Liability Insurance

The contractor shall comply with applicable federal and state workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy. Employer's liability coverage of at least $100,000 per incident is required.

2. Automobile Liability Insurance

The contractor shall have coverage at a minimum of $200,000 per person; $500,000 per occurrence for bodily injury; and $20,000 per occurrence for property damage.

3. General Liability Insurance

The contractor shall have coverage at a minimum of $200,000 per person and $500,000 per occurrence for death or bodily injury and $20,000 per occurrence for property damage.

4. Self-Insurance

If the contractor has been approved to provide a qualified program of self-insurance, the contractor must submit any proposed changes to the program to the contracting officer for approval.

Statement of Work September 10, 2018 11

B. Prior to beginning performance under this contract, the contractor shall provide the insurance carrier certification of the above minimum amounts.

C. The maintenance of insurance coverage as required by this clause is a continuing obligation, and the lapse or termination of insurance coverage without replacement coverage being obtained will be grounds for termination for default.

D. The certification evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the judiciary's interest shall not be effective:

1. for such period as the laws of the state in which this contract is to be performed prescribe; or

2. until 30 days after the insurer or the contractor gives written notice to the contracting officer, whichever period is longer.

E. The contractor shall insert the substance of this clause, including this paragraph (e), in subcontracts under this contract that require work in a judiciary facility and shall require subcontractors to provide and maintain the required insurance. The contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the contracting officer upon request.

(end)

Provision 2-70, Site Visit

Include the following provision as prescribed in § 220.25.80(e) (Service-Related Provisions and Clauses).

Site Visit (JAN 2003)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event will failure to inspect the site constitute grounds for a claim after contract award.

(end) Instructions to Offerors or Respondents

B-1 Solicitation Provisions Incorporated by Reference (OCT 2010)

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

Statement of Work September 10, 2018 12

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 address: http://www.uscourts.gov/procurement.aspx.

(end) 3-315 Submission of Electronic Funds Transfer Information with Offer (APR 2013)

The offeror shall provide, with its offer, the following information that is required to make payment by electronic funds transfer (EFT) under any contract that results from this solicitation. This submission satisfies the requirement to provide EFT information under paragraphs (b)(1) and (i) of Clause 3-310, Payment by Electronic Funds Transfer-Other Than System for Award Management (SAM) Registration. (1) The solicitation number (or other procurement identification number). (2) The offeror's name and remittance address, as stated in the offer. (3) The signature (manual or electronic, as appropriate), title, and telephone number of the offeror's official authorized to provide this information. (4) The name, address, and 9-digit Routing Transit Number of the offeror's financial agent. (5) The offeror's account number and the type of account (checking, savings, or lockbox).

(end) P-1 Submission and Evaluation of Quotes

This is a request for Open Market Pricing.

Quotes may be faxed, e-mailed, or handcarried to the Issue Office identified in Block 5A of the SF-18 by the date and time indicated in Block 10, and should be directed to the attention of Loisi Vailea.

Submit a technical proposal describing your approach and project management in accordance with the statement of work.

A firm fixed price award will be made on the basis of lowest priced, technically acceptable offer.

Quotes as well as any questions concerning this RFQ should be addressed to Loisi Vailea at the United States District Court, 222 W 7th Avenue, Room 229, Anchorage, AK 99513, Direct: 907-677-6124, Cell: 907-242-0888, Fax: 907-677-6161, and [email protected].

The place of performance for services will be: United States Probation & Pretrial Services Office, 222 W 7th Avenue, Room 168, Anchorage, AK 99513

Evaluation of Quotes

2-85A Evaluation Inclusive of Options (JAN 2003)

Statement of Work September 10, 2018 13

(a) The judiciary will evaluate offers for purposes of award by adding the total price for all options to the total price for the basic requirement. Evaluation of options does not obligate the judiciary to exercise the option(s).

(b) Any offer that is materially unbalanced as to prices for basic and option quantities may be rejected. An unbalanced offer is one that is based on prices significantly less than cost for some work and prices that are significantly overstated for other work.

(end)

Contacts Loisi Vailea Contracting Officer/ Project Manager Phone: (907) 677-6124 Email: [email protected] Address: 222 W 7th Avenue, Room 229, Anchorage, AK 99513

END OF SCOPE

Statement of Work September 10, 2018 14

ATTACHMENT 1 – Tile Flooring in UA Lab and Restrooms, to be demolished and disposed of by contractor

↑ UA Lab ↑ UA Restroom – Note: Red Footprints

← Rhonda’s Restroom

General Decision Number: AK180001 08/24/2018 AK1

Superseded General Decision Number: AK20170001

State: Alaska

Construction Types: Building and Heavy

Counties: Alaska Statewide.

BUILDING AND HEAVY CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories)

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 01/12/2018 2 02/09/2018 3 03/30/2018 4 04/06/2018 5 04/20/2018 6 04/27/2018 7 06/01/2018 8 08/03/2018 9 08/17/2018 10 08/24/2018

ASBE0097-001 01/01/2018

Rates Fringes

Asbestos Workers/Insulator (includes application of all insulating materials protective coverings, coatings and finishings to all types of mechanical systems).........................$ 38.68 21.57 HAZARDOUS MATERIAL HANDLER (includes preparation,

Page 1 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

ATTACHMENT 2 - U.S. Department of Labor, Construction Wage Determination

wetting, stripping, removal scrapping, vacuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems).........$ 37.38 19.55 ---------------------------------------------------------------- BOIL0502-002 08/01/2016

Rates Fringes

BOILERMAKER......................$ 44.26 28.41 ---------------------------------------------------------------- BRAK0001-002 07/01/2017

Rates Fringes

Bricklayer, Blocklayer, Stonemason, Marble Mason, Tile Setter, Terrazzo Worker.....$ 40.81 19.19 Tile & Terrazzo Finisher.........$ 34.79 19.19 ---------------------------------------------------------------- CARP1501-001 09/01/2016

Rates Fringes

MILLWRIGHT.......................$ 36.74 22.99 ---------------------------------------------------------------- CARP2520-003 09/01/2017

Rates Fringes

Diver Stand-by....................$ 42.65 25.16 Tender......................$ 41.65 25.16 Working.....................$ 82.45 25.16 Piledriver Piledriver; Skiff Operator and Rigger..................$ 38.34 25.16 Sheet Stabber...............$ 38.34 25.16 Welder......................$ 43.90 25.16

DEPTH PAY PREMIUM FOR DIVERS BELOW WATER SURFACE: 50-100 feet $1.00 per foot 101 feet and deeper $2.00 per foot

ENCLOSURE PAY PREMIUM WITH NO VERTICAL ASCENT: 5-50 FEET $1.00 PER FOOT/DAY 51-100 FEET $2.00 PER FOOT/DAY 101 FEET AND ABOVE $3.00 PER FOOT/DAY

SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours.

WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications

Page 2 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift.

---------------------------------------------------------------- CARP4059-001 09/01/2016

Rates Fringes

CARPENTER Including Lather and Drywall Hanging.............$ 38.34 25.04 ---------------------------------------------------------------- ELEC1547-004 04/01/2018

Rates Fringes

CABLE SPLICER....................$ 39.82 3%+$26.44 ELECTRICIAN......................$ 39.49 3%+$26.69 ---------------------------------------------------------------- ELEC1547-005 04/01/2018

Line Construction

Rates Fringes

CABLE SPLICER....................$ 52.57 3%+30.81 Linemen (Including Equipment Operators, Technician)...........$ 50.52 3%+30.81 Powderman........................$ 48.52 3%+30.81 TREE TRIMMER.....................$ 36.21 3%+24.19 ---------------------------------------------------------------- ELEV0019-002 01/01/2018

Rates Fringes

ELEVATOR MECHANIC................$ 55.45 32.645+a+b

FOOTNOTE: a. Employer contributes 8% of the basic hourly rate for over 5 year's service and 6% of the basic hourly rate for 6 months to 5 years' of service as vacation paid credit. b. Eight paid holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Friday after Thanksgiving, and Christmas Day

---------------------------------------------------------------- ENGI0302-002 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

Page 3 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

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

Page 4 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

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.

---------------------------------------------------------------- IRON0751-003 07/01/2017

Rates Fringes

Ironworkers: BRIDGE, STRUCTURAL, ORNAMENTAL, REINFORCING MACHINERY MOVER, RIGGER, SHEETER, STAGE RIGGER, BENDER OPERATOR.............$ 37.25 30.43 FENCE, BARRIER INSTALLER....$ 33.75 30.08 GUARDRAIL INSTALLERS........$ 34.75 30.08 GUARDRAIL LAYOUT MAN........$ 34.49 30.08 HELICOPTER, TOWER...........$ 38.25 30.43 ---------------------------------------------------------------- LABO0341-005 04/01/2018

Rates Fringes

Laborers: South of the 63rd Parallel & West of Longitude 138 Degrees GROUP 1.....................$ 30.26 27.01 GROUP 2.....................$ 31.26 27.01 GROUP 3.....................$ 32.16 27.01 GROUP 3A....................$ 35.44 27.01 GROUP 3B....................$ 39.98 24.30

Page 5 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

GROUP 4.....................$ 19.83 27.01 TUNNELS, SHAFTS, AND RAISES GROUP 1....................$ 33.29 27.01 GROUP 2....................$ 34.39 27.01 GROUP 3....................$ 35.38 27.01 GROUP 3A...................$ 38.98 27.01 GROUP 3B...................$ 42.88 24.30

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)

Page 6 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

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

Page 7 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

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)

Page 8 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

Tunnel shaft and raise rates only apply to workers regularly employed inside a tunnel portal or shaft collar.

---------------------------------------------------------------- PAIN1959-001 07/01/2018

NORTH OF THE 63RD PARALLEL

Rates Fringes

PAINTER BRUSH/ROLLER PAINT OR WALL COVERER.....................$ 32.09 21.09 TAPING, TEXTURING, STRUCTURAL PAINTING, SANDBLASTING, POT TENDER, FINISH METAL, SPRAY, BUFFER OPERATOR, RADON MITIGATION, LEAD BASED PAINT ABATEMENT, HAZARDOUS MATERIAL HANDLER............$ 32.61 21.09 ---------------------------------------------------------------- PAIN1959-002 07/01/2018

SOUTH OF THE 63RD PARALLEL

Rates Fringes

PAINTER Brush, Roller, Sign, Paper and Vinyl, Swing Stage, Hand Taper/Drywall, Structural Steel, and Commercial Spray............$ 32.09 21.09 Machine Taper/Drywall.......$ 32.61 21.09 Spray-Sand/Blast, Epoxy and Tar Applicator..........$ 32.61 20.09 ---------------------------------------------------------------- PAIN1959-003 07/01/2018

NORTH OF THE 63RD PARALLEL

Rates Fringes

GLAZIER..........................$ 39.28 23.49 ---------------------------------------------------------------- PAIN1959-004 07/01/2018

Rates Fringes

FLOOR LAYER: Carpet.............$ 29.13 14.06 ---------------------------------------------------------------- PAIN1959-006 07/01/2018

SOUTH OF THE 63RD PARALLEL

Rates Fringes

GLAZIER..........................$ 39.28 23.49 ----------------------------------------------------------------

Page 9 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

PLAS0867-001 02/01/2016

Rates Fringes

PLASTERER North of the 63rd parallel..$ 37.25 20.41 South of the 63rd parallel..$ 37.00 20.41 ---------------------------------------------------------------- PLAS0867-004 02/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER North of the 63rd parallel..$ 37.25 20.41 South of the 63rd parallel..$ 37.00 20.41 ---------------------------------------------------------------- PLUM0262-002 01/01/2017

East of the 141st Meridian

Rates Fringes

Plumber; Steamfitter.............$ 38.02 26.72 ---------------------------------------------------------------- PLUM0367-002 07/01/2017

South of the 63rd Parallel

Rates Fringes

Plumber; Steamfitter.............$ 39.00 23.80 ---------------------------------------------------------------- PLUM0375-002 07/01/2018

North of the 63rd Parallel

Rates Fringes

Plumber; Steamfitter.............$ 41.16 26.55 ---------------------------------------------------------------- PLUM0669-002 04/01/2017

Rates Fringes

SPRINKLER FITTER.................$ 46.00 23.29 ---------------------------------------------------------------- ROOF0189-006 04/01/2018

Rates Fringes

ROOFER...........................$ 44.62 15.50 ---------------------------------------------------------------- * SHEE0023-003 07/01/2018

South of the 63rd Parallel

Rates Fringes

SHEET METAL WORKER...............$ 42.70 26.40 ----------------------------------------------------------------

Page 10 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

SHEE0023-004 07/01/2017

North of the 63rd Parallel

Rates Fringes

SHEET METAL WORKER...............$ 47.74 23.48 ---------------------------------------------------------------- TEAM0959-003 03/01/2018

Rates Fringes

TRUCK DRIVER GROUP 1.....................$ 39.59 23.62 GROUP 1A....................$ 40.86 23.62 GROUP 2.....................$ 38.33 23.62 GROUP 3.....................$ 37.51 23.62 GROUP 4.....................$ 36.93 23.62 GROUP 5.....................$ 36.17 23.62

GROUP 1: Semi with Double Box Mixer; Dump Trucks (including rockbuggy and trucks with pups) over 40 yards up to and including 60 yards; Deltas, Commanders, Rollogans and similar equipment when pulling sleds, trailers or similar equipment; Boat Coxswain; Lowboys including attached trailers and jeeps, up to and including 12 axles; Ready-mix over 12 yards up to and including 15 yards); Water Wagon (250 Bbls and above); Tireman, Heavy Duty/Fueler

GROUP 1A: Dump Trucks (including Rockbuggy and Trucks with pups) over 60 yards up to and including 100 yards; Jeeps (driver under load)

GROUP 2: Turn-O-Wagon or DW-10 not self-loading; All Deltas, Commanders, Rollogans, and similar equipment; Mechanics; Dump Trucks (including Rockbuggy and Trucks with pups) over 20 yards up to and including 40 yards; Lowboys including attached trailers and jeeps up to and including 8 axles; Super vac truck/cacasco truck/heat stress truck; Ready-mix over 7 yards up to and including 12 yards; Partsman; Stringing Truck

GROUP 3: Dump Trucks (including Rockbuggy and Trucks with pups) over 10 yards up to and including 20 yards; batch trucks 8 yards and up; Oil distributor drivers; Oil Distributor Drivers; Trucks/Jeeps (push or pull); Traffic Control Technician

GROUP 4: Buggymobile; Semi or Truck and trailer; Dumpster; Tireman (light duty); Dump Trucks (including Rockbuggy and Truck with pups) up to and including 10 yards; Track Truck Equipment; Grease Truck; Flat Beds, dual rear axle; Hyster Operators (handling bulk aggregate); Lumber Carrier; Water Wagon, semi; Water Truck, dual axle; Gin Pole Truck, Winch Truck, Wrecker, Truck Mounted "A" Frame manufactured rating over 5 tons; Bull Lifts and Fork Lifts with Power Boom and Swing attachments, over 5 tons; Front End Loader with Forks; Bus Operator over 30 passengers; All Terrain Vehicles; Boom Truck/Knuckle Truck over 5 tons; Foam Distributor Truck/dual axle; Hydro-seeders, dual axle;

Page 11 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

Vacuum Trucks, Truck Vacuum Sweepers; Loadmaster (air and water); Air Cushion or similar type vehicle; Fire Truck/Ambulance Driver; Combination Truck-fuel and grease; Compactor (when pulled by rubber tired equipment); Rigger (air/water/oilfield); Ready Mix, up to and including 7 yards;

GROUP 5: Gravel Spreader Box Operator on Truck; Flat Beds, single rear axle; Boom Truck/Knuckle Truck up to and including 5 tons; Pickups (Pilot Cars and all light duty vehicles); Water Wagon (Below 250 Bbls); Gin Pole Truck, Winch Truck, Wrecker, Truck Mounted "A" Frame, manufactured rating 5 tons and under; Bull Lifts and Fork Lifts (fork lifts with power broom and swing attachments up to and including 5 tons); Buffer Truck; Tack Truck; Farm type Rubber Tired Tractor (when material handling or pulling wagons on a construction project); Foam Distributor, single axle; Hydro-Seeders, single axle; Team Drivers (horses, mules and similar equipment); Fuel Handler (station/bulk attendant); Batch Truck, up to and including 7 yards; Gear/Supply Truck; Bus Operator, Up to 30 Passengers; Rigger/Swamper

----------------------------------------------------------------

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

Page 12 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

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

Page 13 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

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

Page 14 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 15 of 15

9/10/2018https://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=10

,

i

01155

... -

........,....

"

, ,

....... ,.,

'

' ,

, '' . .I . .

' , . '

;:;; ..,, it,'.,,

' '.. I I

I

'

......

, ...

' ON

: ·g; ;, Of'.tt-

. . • , :: :

I ! '

/ I I \

I

,,

. , , ...

. ' '. . .

,__ ,__ ,__ ,__ ------1-

C

u• .........

\I

n I

, .

•• , ...

I I I I I 1

....., .wcmas,"

'

u

.,, .....

. ,

.

I I

..

,,

, , ,

1 I I I ,

C

L

[

C

L '11

_..,. Ill -�

'

. •1..J" 1·u·

_..,.

.''. ,[

011]]

/ • -·

,

37♦.21

I

H

:� LJ

:

//.,,

·• -'' ' I I

OJI

I

--

"'U2., , ...

·--�·

' .

. ' I ,

••.

to.63

/

I • ·�

f - I

I I

01118

'

01121

D1140 .....

mJ» "'"

, ,

I•

,,

011,0

Bl m.a11

t=

• -

'

J

lvailea
Highlight
lvailea
Sticky Note
Kitchenette Area to receive new LVT and transition and cove base.

REQUEST FOR QUOTATION(THIS IS NOT AN ORDER)1. REQUEST NO.

AKXPROB18-0001

2. DATE ISSUED

08/20/2018

3. REQUISITION/PURCHASE REQUEST NO.

AKXPROB18-0087

NOT USED

LOISI VAILEA, 907-677-6124U.S. Probation & Pretrial Office222 W 7th AvenueRoom 168, Box 48Anchorage, AK 99513

5a. ISSUED BY 6. DELIVER BY (date)See Line Items

7. DELIVERYOTHER(See Schedule)FOB DESTINATION X

9. DESTINATION5b. FOR INFORMATION CALL (NO COLLECT CALLS)

U.S. Probation & Pretrial Office222 W 7th AvenueRoom 168, Box 48Anchorage, AK 99513

NAMELOISI VAILEA

TELEPHONE NUMBERAREA CODE907

NUMBER677-6124 Ext.:

8. TO:

10. PLEASE FURNISH QUOTATIONS TO THEISSUING OFFICE IN BLOCK 5a ON ORBEFORE CLOSE OF BUSINESS (Date)

09/14/2018 17:00:00

IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, pleaseso indicate on this form and return it to the address in Block 5a. This request does not commit the Government to payany costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Suppliesare of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to thisRequest for Quotation must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State and local taxes)

CLIN NO.

(a)

SUPPLIES OR SERVICES

(b)

QUANTITY

(c)

UNIT

(d)

UNIT PRICE

(e)

AMOUNT

(f)

0001 Flooring Replacement Project for the U.S. Probation & Pretrial Office

in Anchorage per RFQ AKXPROB18-0001 and Statement of Work

1 Job

12. DISCOUNT FOR PROMPT PAYMENT

a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%) d. CALENDAR DAYS

NUMBER PERCENTAGE

NOTE: Additional provisions and representations [ ] are [ X ] are not attached.

13. NAME AND ADDRESS OF QUOTER 14. SIGNATURE OF PERSON AUTHORIZED TO SIGNQUOTATION

15. DATE OFQUOTATION

a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER

a. NAME (Type or print) b. TELEPHONE

c. COUNTY AREA CODE

d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER

AUTHORIZED FOR LOCAL REPRODUCTIONPrevious edition not usable

STANDARD FORM 18 (REV. 6-95)Prescribed by GSA-FAR (48 CFR) 53.215-1(a)

AKXPROB18-0001 - Page 1 of 5

Applicable Clauses

CT-4 Judiciary Open Market Clauses (Services) NOV 2014

This award incorporates the following Judiciary clauses:

1. Clause B-5, Clauses Incorporated by Reference (SEP 2010) (DEVIATION)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were giv-en in full text. Upon request, the contracting officer will make their full text available. Also, the full text of aclause may be accessed electronically at this address: http://www.uscourts.gov/procurement.aspx. The follow-ing clauses apply as indicated:

No. Title Date

[ X ] Clause 3-3 Provisions, Clauses, Terms and Conditions - Small Purchases JUN 2014[ ] Clause 3-175 Fair Labor Standards Act and Service Contract Act – Price Adjustment JUN 2012

Multiple Year and Option Contracts[ X ] Clause 3-300 Registration in the System for Award Management (SAM) APR 2013[ X ] Clause 3-305 Payment by Electronic Funds Transfer – System for Award Management APR 2013

(SAM) Registration[ X ] Clause 3-310 Payment by Electronic Funds Transfer – Other Than System for Award APR 2013

Management (SAM) Registration(applies only if Clauses 3-300 and 3-305 do not apply)

[ X ] Clause 6-20 Insurance – Work on or Within a Judiciary Facility APR 2011[ X ] Clause 7-55 Contractor Use of Judiciary Networks JUN 2014[ X ] Clause 7-65 Protection of Judiciary Buildings, Equipment and Vegetation APR 2013[ X ] Clause 7-115 Availability of Funds JAN 2003

2. The following full text clauses apply if indicated:

[ X] Clause 2-90C, Option to Extend Services (APR 2013)

The judiciary may require continued performance of any services within the limits and at the rates specified inthe contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by theSecretary of Labor. The option provision may be exercised more than once, but the total extension of perform-ance hereunder shall not exceed 6 months. The contracting officer may exercise the option by written notice tothe contractor no later than _____ calendar days prior to the contract’s current expiration date [insert the periodof time within which the contracting officer may exercise the option].

(END)

____ Clause 2-90D Option to Extend the Term of the Contract (APR 2013)

(a) The judiciary may extend the term of this contract by written notice to the contractor no later than ______calendar days prior to the contract’s current expiration date [insert the period of time within which the contract-ing officer may exercise the option]; provided that the judiciary gives the contractor a preliminary written noticeof its intent to extend at least ______ calendar days [60 days unless a different number of days is inserted] be-fore the contract expires. The preliminary notice does not commit the judiciary to an extension.

(b) If the judiciary exercises this option, the extended contract shall be considered to include this optionclause.

AKXPROB18-0001 - Page 2 of 5

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed___________ (months) (years).

(END)

Representations, Certifications and Other Statements of Offerors or Respondents

3-5 Taxpayer Identification and Other Offeror Information APR 2011

(a) Definitions"Taxpayer Identification (TIN)," as used in this provision, means the number required by the Internal RevenueService (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a so-cial security number or an employer identification number.(b) All offerors shall submit the information required in paragraphs (d) through (f) of this provision to complywith debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041,6041A and implementing regulations issued by the IRS. If the resulting contract is subject to the payment re-porting requirements, the failure or refusal by the offeror to furnish the information may result in a 31 percentreduction of payments otherwise due under the contract.(c) The TIN may be used by the government to collect and report on any delinquent amounts arising out of theofferor's relationship with the government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to paymentrecording requirements, the TIN provided hereunder may be matched with IRS records to verify the accuracy ofthe offeror's TIN.(d) Taxpayer Identification Number (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 effect-ively connected with the conduct of a trade or business in the United States and does not have an office or placeof business or a fiscal paying agent in the United States;[__] 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, sate or local);[__] foreign government;[__] international organization per-26 CFR 1.6049-4;[__] other ___________________________________________________________________________.(f) Contractor RepresentationsThe offeror represents as part of its offer that it is [__], is not [__] , 51% owned and the management and dailyoperations are controlled by one or more members of the selected socio-economic group(s) below:[__] Women Owned Business[__] Minority Owned Business (if selected, then one sub-type is required)

[__] Black American Owned[__] Hispanic American Owned[__] Native American Owned (American Indians, Eskimos, Aleuts, or Native Hawaiians)[__] Asian-Pacific American Owned (persons with origins from Burma, Thailand, Malaysia, Indone-

sia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines,U.S. Trust Terrritory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated

AKXPROB18-0001 - Page 3 of 5

States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong,Fiji, Tonga, Kiribati, Tuvalu, or Nauru)

[__] Subcontinent Asian (Asian-Indian) American Owned (persons with origins from India, Pakistan,Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Napal)

[__] Individual/concern, other than one of the preceding.

(END)

Instructions to Offerors or Respondents

B-1 Solicitation Provisions Incorporated by Reference OCT 2010

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect asif they were given in full text. Upon request, the contracting officer will make their full text available. The of-feror is cautioned that the listed provisions may include blocks that must be completed by the offeror and sub-mitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identifythe 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 address:http://www.uscourts.gov/procurement.aspx.

(END)

3-315 Submission of Electronic Funds Transfer Information with Offer APR 2013

The offeror shall provide, with its offer, the following information that is required to make payment by electron-ic funds transfer (EFT) under any contract that results from this solicitation. This submission satisfies the re-quirement to provide EFT information under paragraphs (b)(1) and (i) of Clause 3-310, Payment by ElectronicFunds Transfer-Other Than System for Award Management (SAM) Registration.(1) The solicitation number (or other procurement identification number).(2) The offeror's name and remittance address, as stated in the offer.(3) The signature (manual or electronic, as appropriate), title, and telephone number of the offeror's official au-thorized to provide this information.(4) The name, address, and 9-digit Routing Transit Number of the offeror's financial agent.(5) The offeror's account number and the type of account (checking, savings, or lockbox).

(END)

P-1 Submission and Evaluation of Quotes

This is a request for Open Market Pricing.

Quotes may be faxed, e-mailed, or handcarried to the Issue Office identified in Block 5A of the SF-18 by thedate and time indicated in Block 10, and should be directed to the attention of ________________.

Submit a technical proposal describing your approach and project management in accordance with the statementof work.

A firm fixed price award will be made on the basis of lowest priced, technically acceptable offer.

Quotes as well as any questions concerning this RFQ should be addressed to (buyer’s name) at (Buyer’s Ad-dress, Phone Number, Facsimile Number, and E-Mail Address).

The place of performance for services will be: (fill in address or multiple addresses)

Evaluation of Quotes

AKXPROB18-0001 - Page 4 of 5

2-85A Evaluation Inclusive of Options JAN 2003

(a) The judiciary will evaluate offers for purposes of award by adding the total price for all options to the totalprice for the basic requirement. Evaluation of options does not obligate the judiciary to exercise the option(s).(b) Any offer that is materially unbalanced as to prices for basic and option quantities may be rejected. An un-balanced offer is one that is based on prices significantly less than cost for some work and prices that are signi-ficantly overstated for other work.

(END)

AKXPROB18-0001 - Page 5 of 5

United States Probation & Pretrial Services Office District of Alaska

Quote Sheet for RFQ Number: AKXPROB18-0001

Item No. Description Quantity Unit Unit Price Extended Price

1

Commercial Carpet Tile with Install Shaw or Equivalent: Shaw Commercial Carpet Tile Style: Fine Point Tile 5T113 Color: Gouache 13761

Square Yard

2

Luxury Vinyl Tile with Install 12” x 12” x 1/8” Vinyl Composition Tile ASTM F 1066, Class 2 – through pattern

Square Yard

3 Freight/Shipping of Carpet Freight

4 Floor Wax – Materials & Labor Job

5 4.5” Rubber Cove Base - Materials Roppe 700 Series, Color: 129 Dolphin Square Foot

6 Installation of Cove Base Job

7 Demolition of existing flooring and subfloor prep Job

8 Furniture Movement Job

Lowest Price will be based off this total + Add Options 2 & 3 → TOTAL

ADD OPTIONS: Item No. Description Quantity Unit Unit Price Extended Price

1 Level Conference Room Subfloor Please provide the least expensive option to level the subfloor. GSA will need to approve method and materials prior to award.

1 Job

2 Provide and Install Backsplash Area is approximately 36” x 43” (Tile selection subject to change)

1 Job

3 Stainless Steel Corner Guards Material & Labor Specs: 3.5” x 48”, 20 gage

13 Each

____________________________________ _______________________________ ________________________________ Vendor’s Name Vendor’s Email Date ____________________________________ _______________________________ ________________________________ Vendor’s Street Address Signature of Authorized Person to Sign DUNS ____________________________________ _______________________________ ________________________________ Vendor’s Phone Number Printed Name of Signature Discount Terms for NET 60?

AO 213(Rev. 01/16) ADMINISTRATIVE OFFICE OF THE UNITED STATES COURTS

Accounting Division

VENDOR INFORMATION/TIN CERTIFICATIONMandatory Information that MUST be provided before submission

’ Ex-AO Employee’ SAM Vendor

(Formerly CCR)

(No TIN Certification Required)

Vendor Address Other Address (If different from Vendor Address)

Select all that apply ’ Order ’ Remit ’ 1099 Select all that apply ’ Order ’ Remit ’ 1099

Name: Address:

Business Name:(if different from above)

City:

Address 1: State: Zip Code:

Address 2: Phone #:

City: Description: (If needed)State: Zip Code:

Phone #: E-mail:

Taxpayer Identification #:(TIN, SS, or EIN number)

DUNS #

Financial InformationBank Name: Routing # (this nine digit number appears on your

checks, but do not include individual check numbers):

City: Account #:

State: Zip Code: Type of Account: (select one) ’ Checking ’ Savings

Type of Organization for 1099 reporting:

’ sole proprietorship; ’ partnership;

’ corporate entity (not tax-exempt); ’ corporate entity (tax-exempt);

’ health care provider; ’ other:

’ government entity (write in either federal, state or local)

Taxpayer Identification Number Certification

Under penalties of perjury, I certify that:

1. The Taxpayer Identification Number listed in the Vendor Address area above is the correct number assignedto me, and

2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have notbeen notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest and dividends, or (c) the IRS has notified me that I am no longer subject to the backup withholding, and

3. I am a U.S. citizen or other U.S. person (defined below).

’ You must select this check box if you have been notified by the IRS that you are currently subject to backup withholding becauseyou have failed to report all interest and dividends on your tax return. If you make a false statement with no reasonable basis thatresults in no backup withholdings, you are subject to a $500 penalty. Willfully falsifying certifications or affirmations on thisform may subject you to criminal penalties including fines and/or imprisonment.

Page 1 of 2

lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight
lvailea
Highlight

AO 213(Rev. 01/16)Definitions:

"Taxpayer Identification (TIN, SS, or EIN number)" is the number required by the Internal Revenue Service (IRS) to be used in reporting income tax and other returns. The TIN may be either a social security number (SSN) or an employer identification number (EIN).

"U.S. person" means:

! An individual who is a U.S. citizen or U.S. resident alien,! A partnership, corporation, company, or association created or organized in the United States or under the laws of

the United States.

The TIN, as well as the information above is required in order to comply with debt collection requirements of 31 U.S.C. §§ 7701(c)and 3325(d), reporting requirements of 26 U.S.C. §§ 6041 and 6041A, and implementing regulations issued by the IRS. Failure orrefusal to furnish this information may result in 28 percent backup withholding on any payments otherwise due under any awardedcontract or purchase order.

The TIN may be used by the government to collect and report on any delinquent amounts arising out of the vendor's relationship withthe government (31 U.S.C. § 7701(c)(3)). The TIN provided may be matched with IRS records to verify its accuracy.

Complete this section only if a TIN was not provided on page one, and select closest reason why not:

’ The vendor is a nonresident alien, foreign corporation or foreign partnership that does not have income effectivelyconnected with the conduct of a trade or business in the United States and does not have an office or place of businessor a fiscal paying agent in the United States;

’ The vendor is an agency or instrumentality of a foreign government;

Additional information required for vendors used for procurement(purchase orders, contracts, etc.)

Indicate which, if any, of the following categories are applicable. These categories require that the vendor is 51% owned and themanagement and daily operations are controlled by one or more members of the selected socio-economic group:

’ Women Owned Business ’ Not Applicable

’ Minority Owned Business (If yes, select one of the owner's race/ethnicity selections from below):

’ Asian-Pacific American ’ Black American ’ Subcontinent Asian (Asian-Indian)American

’ Hispanic American ’ Native American ’ Other:Date:

Vendor’s signature

For Agency Use OnlyThe vendor name and DUNS number is all that is required for registered System for Award Management (SAM) vendors (formerlyCCR). (Check www.sam.gov for registration status.) Do not use this form for purchase card merchants. Mark Boxes that apply: ’ Addition ’ Change ’ Vendor Code: (make entry only if change)

’ Active ’ Inactive ’ Vendor Type:

The following information is optional for individuals whose name and telephone are already on the form:Contact Name:Telephone Number: Email:

Identification of person making this request:Name: Telephone Number: Originating Office:

Please type or print clearly. Please type or print clearly. For JIFMS Users only, e-mail the completed form to: [email protected]. For Court FAS4T Users, send this form to the local court Vendor Administrator. For questions regarding JIFMS and Court FAS4T please contact SDSO at (210) 301-6320.

This form should be completed with signature by the vendor and submitted by Judiciary staff only.Sensitive information must be securely maintained and only visible to the appropriately designated financial employee.

Page 2 of 2

lvailea
Highlight
lvailea
Highlight
lvailea
Highlight