Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

Y -- RECOVERY--Y--TITLE: This is a combined synopsis/solicitation to furnish materials and services to Melvern Lake Project, Melvern, KS. Services consist of furnishing and installing a Maintenance Storage Building to meet required specifications.

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ09R0003
 
Response Due
9/27/2009
 
Archive Date
11/26/2009
 
Point of Contact
Terry Osborn, 7855493318
 
E-Mail Address
US Army Engineer District, Kansas City
(terry.l.osborn@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers, Kansas City District, Melvern Kansas Lake Project Office, intends to issue a contract to furnish and install a Maintenance Storage Building adjacent to the Melvern Lake US Army Corps of Engineers Project Office, Melvern, KS. ================================================================================ STATEMENT OF WORK Maintenance Storage Building (Project Office Area) SUMMARY: This solicitation is to furnish and construct a 28X90X12 pre-engineered metal building with concrete foundation and slab at the Melvern Lake Project Office maintenance area site. Building, concrete footing and floor shall meet the following minimum requirements. PRE-ENGINEERED METAL BUILDING: A. 28X90X12 high side (front),.5/12 roof pitch. B. IBC 2006, 20lb live load, 90 mph wind load, exposure C. C. 26 ga Galvalume Dura Rib roof panel, UL 90 rated D. 26 ga Dura Rib wall panel, almond in color E. Eave and rake trim, white in color F. Jamb and header trim, white in color G. High capacity gutter with 5inch downspouts H. Wall and roof insulation, R-10 with Tear Guard I. 2- 3-0 X 7-0 Walk in metal doors (insulated), with lever locks (keyed alike), and hydraulic closers for both. J. 6- 3-0X3-0 Thermal Pane Horizontal Slider windows, white in color K. 3- 9-0X12-0 overhead insulated doors, with automatic openers. Note: Shop area shall be 28 X 40 located on the East or left hand end of the building. CONCRETE FLOOR, FOOTING AND FOUNDATION: A 28 foot by 90 foot by 6 inch thick slab with frost footings shall be formed, poured and finished. The asphalt removal and rough slab grade preparations will be accomplished by the Corps of Engineers staff. The Contractor will be required to finish grade, set forms, place reinforcement, and finish the necessary concrete in accordance with ACI 301 requirements. GRADIING: The Contractor shall add necessary fill and final grade the site prior to forming. Fill materials will be provided by the Corps of Engineers and will be onsite FORM WORK: The Contractor shall furnish and place forms of steel or wood and set them in a manner to allow for a final product that is straight, true, and transitionally consistent with the original slab and the remaining asphalt road surface. A siding notch shall be formed in the slab perimeter to promote a watertight seal where the siding contacts the concrete. Forms may be removed after 24 hours. FROST FOOTING: Footing shall be continuous poured 8 inch wide trenched footing extending 36 inches below grade. The footing shall be reinforced with vertical #4 rebars placed on 36 inch centers and 3 continuous #4 horizontal rebars equally spaced. All Joints and overlaps shall be made in conformance with ACI Standard 318 and tied with 16 gauge black wire. Frost footing concrete shall be plant mixed and transported in accordance with ASTM Standard C 94. Concrete shall be mixed for 4000 pounds per square inch compressive strength. Slump shall be from 3 inches. Air-entraining shall be provided as recommended by the admixture manufacturer. CONCRETE SLAB: The Contractor shall furnish and place #4 rebar on 24 inch centers, both directions. Rebar shall be supported in such a manner that will allow it to remain approximately 3 inches from grade until the concrete is cured. All Joints and overlaps shall be made in conformance with ACI Standard 318 and tied with 16 gauge black wire. The Contractor shall furnish concrete that is plant mixed and transported in accordance with ASTM Standard C 94. Concrete shall be mixed for 4000 pounds per square inch compressive strength. Slump shall be from 3 inches. Air-entraining shall be provided as recommended by the admixture manufacturer. Concrete shall be placed in a continuous manner, compacted, screeded to grade, and prepared for the specified finish. Concrete shall not be placed without special protection from freezing temperatures. FINISH: The surface shall be trued by floating and finished smooth. Door aprons shall be sloped away from thresholds and seals. Exposed edges shall be inch radius rounded. CURING: A curing compound shall be applied to the surface following finishing. The curing compound and its application shall conform to ACI 301 and ACI 308. =============================================================================== Any contract resulting will be firm-fixed price, with NAICS code 2381900, SIC code 5211, FSC code Y152, size standard 100 employees, and being 100% set aside for small business. =============================================================================== TO QUOTE: At a minimum, responsible sources shall provide the following: - A price proposal - Bidders name, address, and telephone number - Federal tax ID # - Duns # Responses to this solicitation are due by 4:00 pm CST on September 27, 2009, at Melvern Lake Project Office, 31051 Melvern Lake Parkway, Melvern, KS 66510. Quotes not received by the due date and time will not be considered. Quotes may be submitted in person, via delivery service, via U.S. Mail, via facsimile, or via email. Fax # to send quotes is 785-549-3611. Email address to send quotes is: terry.l.osborn@usace.army.mil. =============================================================== QUESTIONS: Please direct any technical questions about specifications for the goods required, or about delivery, to terry.l.osborn@usace.army.mil or 816-389-3458. Please direct any contractual questions about bidding procedures or contract paperwork to terry.l.osborn@usace.army.mil or 816-389-3458. Prior to contract award, the successful bidder must be registered in the Central Contractor Registration (CCR) and must also complete the Online Representations and Certifications (ORCA). Websites to accomplish these registrations are: www.ccr.gov and www.bpn.gov. Free assistance with CCR and ORCA registrations may be obtained by contacting the Heartland Procurement Technical Assistance Center (PTAC) at 417-625-3001 or 417-625-3029 or visiting their website at: www.aptac-us.org. ARRA REPORTING REQUIREMENT: Under the American Recovery and Reinvestment Act of 2009 (ARRA), please note that there are some unique reporting requirements relevant to the use of ARRA funds, as specified in the clause, which is included at the bottom of this announcement. Bidders should pay special attention to items (b), (c), and (d) of the clause, which explain the reporting requirements. CONTRACT CLAUSES: FAR CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: -- 52.202-1, Definitions -- 52.203-2, Certificate of Independent Price Determination -- 52.203-3, Gratuities -- 52.203-6, Restrictions on Subcontractor Sales to the Government -- 52.203-7, Anti-Kickback Procedures -- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 -- 52.204-6, Data Universal Numbering System (DUNS) Number -- 52.204-7, Central Contractor Registration -- 52.204-8, Annual Representations and Certifications -- 52.204-11, American Recovery and Reinvestment ActReporting Requirements -- 52.207-4, Economic Purchase QuantitySupplies -- 52.211-5, Material Requirements -- 52.211-9, Desired and Required Time of Delivery -- 52.212-1, Instructions to Offerors -- 52.212-3, Offeror Representations and Certification -- 52.212-4, Contract Terms and ConditionsCommercial Items -- 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items -- 52.213-3, Notice to Supplier -- 52.214-4, False Statements in Bids -- 52.214-5, Submission of Bids -- 52.214-13,Electronic Bids -- 52.214-26, Audit and RecordsSealed Bidding -- 52.215-2 Alt I, Audit and RecordsNegotiation -- 52.216-24, Limitation of Government Liability -- 52.219-1, Small Business Program Representations -- 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns -- 52.219-6, Notice of Total Small Business Set-Aside -- 52.219-8, Utilization of Small Business Concerns -- 52.222-3, Convict Labor -- 52.222-19 Child Labor -- 52.222-21, Prohibition of Segregated Facilities -- 52.222-26, Equal Opportunity -- 52.222-35, Equal Opportunity for Veterans -- 52.222-36, Affirmative Action for Workers with Disabilities -- 52.222-37, Employment Reports on Veterans -- 52.222-41 Service Contract Act of 1965 (Nov 2009) -- 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) -- 52.223-6, Drug-Free Workplace -- 52.223-13, Certification of Toxic Chemical Release Reporting -- 52.223-14, Toxic Chemical Release Reporting -- 52.225-1, Buy American ActSupplies -- 52.225-2, Buy American Act Certificate -- 52.225-13, Restrictions on Certain Foreign Purchases -- 52.225-18, Place of Manufacture -- 52.228-5 Insurance -- 52.232-18, Availability of Funds -- 52.232-33, Payment by EFT, CCR Registration -- 52.233-2, Service of Protest -- 52.233-3, Protest after Award -- 52.236-4035 US Army Corps of Engineers Safety & Health Requirements Manual EM 385-1-1 -- 52.237-1 Site Visit (Apr 1984) -- 52.237-2, Protection of Government Buildings, Equipment and Vegetation -- 52.243-1, ChangesFixed-Price -- 52.244-6, Subcontracts for Commercial Items -- 52.247-34, F.o.b. Destination -- 52.249-8, Default (Fixed-Price Supply and Service) -- 52.252-1, Solicitation Provisions Incorporated by Reference -- 52.252-2, Clauses Incorporated by Reference DFARS CLAUSES: The following Defense FAR Supplement (DFARS) provisions & clauses apply to this solicitation & are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (Sept 2007) 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009) (a) Definitions. As used in this clause Contract, as defined in FAR 2.101, means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. For discussion of various types of contracts, see FAR Part 16. First-tier subcontract means a subcontract awarded directly by a Federal Government prime contractor whose contract is funded by the Recovery Act. Jobs created means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as full-time equivalent (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. Jobs retained means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as full-time equivalent (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. Total compensation means the cash and noncash dollar value earned by the executive during the contractors past fiscal year of the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. Does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation. For example, severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property if the value for the executive exceeds $10,000. (b) This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public. (c) Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter. (d) The Contractor shall report the following information, using the online reporting tool available at http://www.FederalReporting.gov. (1) The Government contract and order number, as applicable. (2) The amount of Recovery Act funds invoiced by the contractor for the reporting period. A cumulative amount from all the reports submitted for this action will be maintained by the governments on-line reporting tool. (3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in this calendar quarter. (4) Program or project title, if any. (5) A description of the overall purpose and expected outcomes or results of the contract, including significant deliverables and, if appropriate, associated units of measure. (6) An assessment of the contractors progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50 percent completed, completed 50 percent or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (7) A narrative description of the employment impact of work funded by the Recovery Act. This narrative should be cumulative for each calendar quarter and only address the impact on the contractors workforce. At a minimum, the contractor shall provide (i) A brief description of the types of jobs created and jobs retained in the United States and outlying areas (see definition in FAR 2.101). This description may rely on job titles, broader labor categories, or the contractors existing practice for describing jobs as long as the terms used are widely understood and describe the general nature of the work; and (ii) An estimate of the number of jobs created and jobs retained by the prime contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (8) Names and total compensation of each of the five most highly compensated officers of the Contractor for the calendar year in which the contract is awarded if (i) In the Contractors preceding fiscal year, the Contractor received (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (9) For subcontracts valued at less than $25,000 or any subcontracts awarded to an individual, or subcontracts awarded to a subcontractor that in the previous tax year had gross income under $300,000, the Contractor shall only report the aggregate number of such first tier subcontracts awarded in the quarter and their aggregate total dollar amount. (10) For any first-tier subcontract funded in whole or in part under the Recovery Act, that is over $25,000 and not subject to reporting under paragraph 9, the contractor shall require the subcontractor to provide the information described in (i), (ix), (x), and (xi) below to the contractor for the purposes of the quarterly report. The contractor shall advise the subcontractor that the information will be made available to the public as required by section 1512 of the Recovery Act. The contractor shall provide detailed information on these first-tier subcontracts as follows: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractors parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System (NAICS) code. (vi) Funding agency. (vii) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractors physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (x) Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (xi) Names and total compensation of each of the subcontractors five most highly compensated officers, for the calendar year in which the subcontract is awarded if (A) In the subcontractors preceding fiscal year, the subcontractor received (l) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (End of clause) ================================================================================= WAGE RATES: Wage Rates are applicable to this procurement and are attached. See below: General Decision Number: KS080009 07/17/2009 KS9 Superseded General Decision Number: KS20070010 State: Kansas Construction Type: Building Counties: Allen, Anderson, Atchison, Barber, Barton, Bourbon, Brown, Chase, Chautauqua, Cherokee, Cheyenne, Clark, Cloud, Coffey, Comanche, Cowley, Crawford, Decatur, Dickinson, Doniphan, Edwards, Elk, Ellis, Ellsworth, Finney, Ford, Franklin, Geary, Gove, Graham, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Haskell, Hodgeman, Jackson, Jefferson, Jewell, Kearny, Kingman, Kiowa, Labette, Lane, Lincoln, Linn, Logan, Lyon, Marion, Marshall, McPherson, Meade, Mitchell, Montgomery, Morris, Morton, Nemaha, Neosho, Ness, Norton, Osage, Osborne, Ottawa, Pawnee, Phillips, Pottawatomie, Pratt, Rawlins, Reno, Republic, Rice, Riley, Rooks, Rush, Russell, Saline, Scott, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wabaunsee, Wallace, Washington, Wichita, Wilson and Woodson Counties in Kansas. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/08/2008 1 03/21/2008 2 04/11/2008 3 05/09/2008 4 06/06/2008 5 06/13/2008 6 06/27/2008 7 07/04/2008 8 07/18/2008 9 08/01/2008 10 08/15/2008 11 08/29/2008 12 09/05/2008 13 10/10/2008 14 11/21/2008 15 12/05/2008 16 12/26/2008 17 01/23/2009 18 04/10/2009 19 06/26/2009 20 07/17/2009 BRKS0015-005 05/01/2008 Allen, Anderson, Bourbon, Chautauqua, Cherokee, Crawford, Elk, Labette, Linn, Montgomery, Neosho, Wilson, and Woodson Counties Rates Fringes Brick masons.....................$ 22.30 7.90 ---------------------------------------------------------------- BRKS0015-006 04/01/2009 Barber, Barton, Clark, Comanche, Cowley, Edwards, Finney, Ford, Gove, Grant, Gray, Greeley, Hamilton, Harper, Haskell, Hodgeman, Kearny, Kingman, Kiowa, Lane, Logan, Meade, Morton, Ness, Pawnee, Pratt, Reno, Rice, Rush, Scott, Seward, Stafford, Stanton, Stevens, Sumner, Trego, Wallace, and Wichita Counties Rates Fringes Brick mason......................$ 20.17 7.95 ---------------------------------------------------------------- BRKS0015-007 04/01/2009 Atchison, Brown, Doniphan, and Franklin Counties Rates Fringes Brick mason......................$ 31.55 13.95 ---------------------------------------------------------------- BRKS0015-008 04/01/2009 Cheyenne, Cloud, Decatur, Ellis, Ellsworth, Graham, Jewell, Lincoln, McPherson, Mitchell, Norton, Osborne, Ottawa, Phillips, Rawlins, Republic, Rooks, Russell, Saline, Sheridan, Sherman, Smith, and Thomas Counties Rates Fringes Brick mason......................$ 19.42 6.90 ---------------------------------------------------------------- BRKS0015-009 04/01/2009 CHASE, CLAY, COFFEY, GEARY, GREENWOOD, JACKSON, JEFFERSON, LYON, MARION, MARSHALL, MORRIS, NEMAHA, OSAGE, POTTAWATOMIE, RILEY, WABAUNSEE, AND WASHINGTON Rates Fringes Brick mason......................$ 25.41 9.05 ---------------------------------------------------------------- * CARP0110-007 04/01/2009 Atchison, Brown and Doniphan Counties Rates Fringes Carpenter, Drywall Hanger Only...$ 31.22 12.95 ---------------------------------------------------------------- CARP0201-002 04/01/2008 Barber, Barton, Chautauqua, Cheyenne, Clark, Comanche, Cowley, Decatur, Edwards, Elk, Ellis, Ellsworth, Finney, Ford, Grove, Graham, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Haskell, Hodgeman, Kearny, Kingman, Kiowa, Lane, Logan, Marion, McPherson, Meade, Morton, Ness, Norton, Osborne, Pawnee, Phillips, Pratt, Rawlins, Reno, Rice, Rooks, Rush, Russell, Scott, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wallace, and Wichita Counties Rates Fringes Carpenters, Drywall Hanging Only.............................$ 17.50 5.70 ---------------------------------------------------------------- CARP0311-005 04/01/2008 Allen, Cherokee, Crawford, Labette, Montgomery, Neosho, Wilson, and Woodson Counties Rates Fringes Carpenters, Drywall Hanging Only.............................$ 21.69 9.93 ---------------------------------------------------------------- * CARP0918-004 04/01/2009 Clay, Cloud, Dickinson, Geary, Jewell, Lincoln, Marshall, Mitchell, Nemaha, Ottawa, Pottawatomie, Republic, Riley, Saline, Washington Counties, and Morris County west of Highway 177 and north of Highway 56, excluding the city of Council Grove Rates Fringes Carpenters, Drywall Hanging Only.............................$ 17.79 7.30 ---------------------------------------------------------------- CARP1445-003 04/01/2008 Morris County including the city of Council Grove, except that portion of the county lying North of Highway #56 and West of Highway #177. Rates Fringes Carpenters, Drywall Hanging Only.............................$ 22.37 7.48 ---------------------------------------------------------------- * CARP4088-001 04/01/2009 Bourbon and Linn Counties Rates Fringes Carpenters, Drywall Hanging Only.............................$ 28.95 13.25 ---------------------------------------------------------------- ELEC0095-006 06/01/2006 Cherokee County (that portion east of Cherokee, Crawford, Mineral and Spring Valley Townships) Crawford County (that portion east of Crawford, Sheridan and Sherman Townships) Rates Fringes Electricians, Including Low Voltage Installers...............$ 21.00 9.76+8% ---------------------------------------------------------------- ELEC0124-020 09/05/2006 Linn County Rates Fringes Electricians, Including Low Voltage Installers...............$ 30.73 16.92 ---------------------------------------------------------------- ELEC0226-007 09/01/2008 Allen, Anderson, Bourbon, Brown, Chautauqua, Coffee, Douglas, Elk, Franklin, Geary, Greenwood, Jackson, Jefferson, Labette, Lyon, Marshall, Montgomery, Morris, Nemaha, Neosho, Osage, Pottawatomie, Riley, Shawnee, Wabaunsee, Wilson, and Woodson Counties Atchison (Benton, Center, Grasshopper and Kapioma Townships only) Cherokee (that portion west of Garden, Lowell, Pleasant View and Shawnee Townships) Crawford (that portion west of Baker, Lincoln and Washington Townships) Rates Fringes Electricians, Including Low Voltage Installers...............$ 28.35 9.64 ---------------------------------------------------------------- ELEC0271-007 06/01/2008 Barber, Chase, Clark, Comanche, Cowley, Finney Ford, Grant, Gray, Greeley, Hamilton, Harper, Haskell, Hodgeman, Kearny, Kingman, Kiowa, Lane, Marion, Meade, Morton, Ness, Pratt, Scott, Seward, Stanton, Stevens, Sumner, and Wichita Counties Rates Fringes Electricians, Including Low Voltage Installers...............$ 26.81 8.48+6% ---------------------------------------------------------------- ELEC0545-004 06/01/2004 Doniphan County Atchison (Lancaster, Mount Pleasant, Shannon and Walnut Townships Only) Rates Fringes Electricians, Including Low Voltage Installers...............$ 28.61 10.74 ---------------------------------------------------------------- ELEC0661-004 09/01/2008 Barton, Cheyenne, Clay, Cloud, Decatur, Dickinson, Edwards, Ellis, Ellsworth, Gove, Graham, Jewell, Lincoln, Logan, McPherson, Mitchell, Norton, Osborne, Ottawa, Pawnee, Phillips, Rawlins, Reno, Republic, Rice, Rooks, Rush, Russell, Saline, Sheridan, Sherman, Smith, Stafford, Thomas, Trego, Wallace, and Washington Counties Rates Fringes Electricians, Including Low Voltage Installers...............$ 25.41 7.59+5% ---------------------------------------------------------------- ENGI0101-002 04/01/2008 Anderson, Atchison, Brown, Chase, Cheyenne, Clay, Cloud, Coffey, Decatur, Dickinson, Doniphan, Ellis, Ellsworth, Franklin, Geary, Gove, Graham, Jackson, Jefferson, Jewell, Lincoln, Logan, Lyon, Marion, Marshall, Mitchell, Morris, Nemaha, Norton, Osage, Osborne, Ottawa, Phillips, Pottawatomie, Rawlins, Riley, Rooks, Russell, Saline, Sheridan, Sherman, Smith, Thomas, Trego, Wabaunsee, Wallace, and Washington Counties Rates Fringes Power equipment operators: GROUP 1.....................$ 26.90 11.12 GROUP 2.....................$ 26.40 11.12 GROUP 3.....................$ 26.15 11.12 GROUP 4.....................$ 25.10 11.12 GROUP 5.....................$ 24.70 11.12 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Cranes with lifting ring GROUP 2: Cranes -Booms 200'& over,Tower Cranes GROUP 3: Cranes-100'of boom or over including jib or 30 tons or over 2 yard capacity GROUP 4: Truck Crane, Backhoe GROUP 5: Barber-Greene Loader or similar type, Bob Cat/ Hi-Loaders (one yard and under), Fork Lift ---------------------------------------------------------------- ENGI0101-028 04/01/2009 Allen, Barber, Barton, Bourbon, Chautauqua, Cherokee, Clark, Comanche, Cowley, Crawford, Edwards, Elk, Finney, Ford, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Haskell, Hodgeman, Kearny, Kingman, Kiowa, Labette, Lane, McPherson, Meade, Montgomery, Morton, Neosho, Ness, Pawnee, Pratt, Reno, Rice, Rush, Scott, Seward, Stafford, Stanton, Stevens, Sumner, Wichita, Wilson, and Woodson Counties Rates Fringes Power equipment operators: GROUP 1.....................$ 22.70 10.77 GROUP 2.....................$ 22.45 10.77 GROUP 3.....................$ 21.95 10.77 GROUP 4.....................$ 21.55 10.77 GROUP 5.....................$ 21.30 10.77 GROUP 6.....................$ 19.55 10.77 GROUP 1 - Cranes: tower or climbing 300 ft. or over, installed or extended, and crane with ring. GROUP 2 - Cranes: 200 ft. to 300 ft. including jib. GROUP 3 - All cranes 40 tons and over (all types). GROUP 4 - Cranes under 40 tons; overhead cranes; hydraulic cranes under 40 tons. GROUP 5 - Backhoe all types; Loaders, all types GROUP 6 - Forklift - all types and sizes. ---------------------------------------------------------------- ENGI0101-029 04/01/2009 Linn County Rates Fringes Power Equipment Operator Backhoe/Loader Combination..$ 32.30 13.01Cranes over 150 including jib.........................$ 34.46 13.01 Cranes over 225 including jib.........................$ 35.71 13.01 Forklift....................$ 30.96 13.01 ---------------------------------------------------------------- IRON0010-021 04/01/2008 Anderson, Atchison, Bourbon, Brown, Doniphan, Franklin, Jackson, Jefferson, Linn, Marshall, Nemaha, Pottawatomie, and Wabaunsee Counties Rates Fringes Ironworkers, Structural..........$ 26.75 20.63 ---------------------------------------------------------------- IRON0024-004 06/01/2009 Allen, Barber, Barton, Chase, Chautauqua, Cheyenne, Clark, Clay, Cloud, Comanche, Cowley, Decatur, Dickinson, Edwards, Elk, Ellis, Ellsworth, Finney, Ford, Geary, Gove, Graham, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Harvey, Haskell, Hodgeman, Jewell, Kearny, Kingman, Kiowa, Lane, Lincoln, Logan, Lyon, Marion, McPherson, Meade, Mitchell, Morris, Morton, Ness, Norton, Osborne, Ottawa, Pawnee, Phillips, Pratt, Rawlins, Reno, Republic, Rice, Riley, Rooks, Rush, Russell, Saline, Scott, Sedgwick, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wallace, Washington, Wichita, Wilson and Woodson Counties in Kansas. Rates Fringes Ironworkers, Structural..........$ 20.65 9.30 ---------------------------------------------------------------- IRON0584-015 06/01/2008 Cherokee, Crawford, Labette, and Montgomery Counties Rates Fringes Ironworkers, Structural..........$ 22.10 10.01 ---------------------------------------------------------------- LABO0579-008 05/01/2009 Atchison, Brown, Doniphan, and Nemaha Counties Rates Fringes Brick mason tender...............$ 23.11 9.85 ---------------------------------------------------------------- LABO1290-003 04/01/2009 Allen, Anderson, Barber, Barton, Bourbon, Chase, Chautauqua, Cherokee, Cheyenne, Clark, Clay, Coffey, Cowley, Crawford, Decatur, Dickinson, Edwards, Elk, Ellis Ellsworth, Finney, Ford, Franklin, Geary, Gove, Graham, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Haskell, Hodgeman, Jewell, Kearny, Kingman, Kiowa, Labette, Lane, Lincoln, Logan, Lyon, Marion, Marshall, McPherson, Meade, Mitchell, Montgomery, Morris, Morton, Neosho, Ness, Norton, Osage, Osborne, Ottawa, Pawnee, Phillips, Pratt, Rawlins, Reno, Republic, Rice, Riley, Rooks, Rush, Russell, Saline, Scott, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wallace, Washington, Wichita, Wilson, and Woodson Counties Rates Fringes Brick mason tender Alterations and additions to buildings, apartments buildings (10 stories and below), areanas, auditoriums, automobile parking garages, banks, and financial buildings, barracks, churches, city halls, civic centers, commercial buildings, court houses, detention facilities dormitories, farm buildings, fire stations, hospitals, hotels, industrial buildings, libraries, mausoleums, motels, museums, nursing and convalescent facilities, office buildings, out- patient clinics, passenger and freight terminal buildings, police stations, post offices, prefabricated buildings, remodeling buildings, renovating buildings, repairing buildings, restaurants, schools, service stations, shopping centers, stores, theaters, warehouses, water sewage and waste disposal plants (buildings only)............$ 10.70 6.95 Building Construction Work on utilities, power plants, and buildings (over 10 stories)...........$ 16.10 7.80 ---------------------------------------------------------------- LABO1290-016 04/01/2009 Linn County Rates Fringes Brick mason tender...............$ 18.92 8.00 ---------------------------------------------------------------- LABO1290-022 04/01/2009 Jackson and Jefferson Counties Rates Fringes Brick mason tender...............$ 16.80 8.00 ---------------------------------------------------------------- LABO1290-023 04/01/2009 Wabaunsee County Rates Fringes Brick mason tender...............$ 16.30 8.00 ---------------------------------------------------------------- PLUM0045-002 09/01/2008 ATCHISON AND DONIPHAN COUNTIES Rates Fringes PIPEFITTER (Including HVAC Pipe Work).......................$ 47.25 15.25 PLUMBER (Excluding HVAC Pipe Work)............................$ 47.25 15.25 ---------------------------------------------------------------- PLUM0441-002 06/01/2008 Allen, Bourbon, Chautauqua, Cherokee, Crawford, Elk, Greenwood, Labette, Linn, Neosho, Wilson, and Woodson Counties Montgomery County (projects of $150,000 or less) Rates Fringes Pipefitters (Including HVAC work)............................$ 28.35 12.40 Plumbers (Excluding HVAC work)...$ 28.35 12.40 ---------------------------------------------------------------- PLUM0441-003 06/01/2008 Montgomery (projects over $150,000) Rates Fringes Pipefitters (Including HVAC work)............................$ 29.14 12.10 Plumbers (Excluding HVAC work)...$ 29.14 12.10 ---------------------------------------------------------------- PLUM0441-004 06/01/2008 Franklin and Anderson Counties Rates Fringes Pipefitters (Including HVAC work)............................$ 29.14 12.10 Plumbers (Excluding HVAC work)...$ 29.14 12.10 ---------------------------------------------------------------- PLUM0441-005 06/01/2008 Brown, Chase, Cloud, Coffey, Dickinson, Geary, Jackson, Jefferson, Lyon, Marshall, Morris, Nemaha, Osage, Ottawa, Pottawatomie, Republic, Riley, Shawnee, Wabaunsee, and Washington Counties Rates Fringes Pipefitters (Including HVAC work)............................$ 29.14 12.10 Plumbers (Excluding HVAC work)...$ 29.14 12.10 ---------------------------------------------------------------- PLUM0441-006 06/01/2008 Barber, Barton, Butler, Cheyenne, Clark, Comanche, Cowley, Decatur, Edwards, Ellis, Ellsworth, Finney, Ford, Gove, Graham, Grant, Gray, Greeley, Hamilton, Harper, Harvey, Haskell, Hodgeman, Jewell, Kearny, Kingman, Kiowa, Lane, Lincoln, Logan, Marion, McPherson, Meade, Mitchell, Morton, Ness, Norton, Osborne, Pawnee, Phillips, Pratt, Rawlings, Reno, Rice, Rooks, Rush, Russell, Saline, Scott, Sedgwick, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Saline, Scott, Sedgwick, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wallace, and Wichita Counties Rates Fringes Pipefitters (Including HVAC work)............................$ 26.65 11.75 Plumbers (Excluding HVAC work)...$ 26.65 11.75 ---------------------------------------------------------------- PLUM0441-009 06/01/2008 Barber, Barton, Cheyenne, Clark, Comanche, Cowley, Decatur, Edwards, Ellis, Ellsworth, Finney, Ford, Gove, Graham, Grant, Gray, Greeley, Hamilton, Harper, Harvey, Haskell, Hodgeman, Jewell, Kearny, Kingman, Kiowa, Lane, Lincoln, Logan, Marion, McPherson, Meade, Mitchell, Morton, Ness, Norton, Osborne, Pawnee, Phillips, Pratt, Rawlings, Reno, Rice, Rooks, Rush, Russell, Saline, Scott, Sedgwick, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Saline, Scott, Sedgwick, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wallace, and Wichita Counties Rates Fringes Pipefitters (Including HVAC work)............................$ 26.65 11.75 Plumbers (Excluding HVAC work)...$ 26.65 11.75 ---------------------------------------------------------------- ROOF0020-008 06/01/2009 Atchison, Brown, and Doniphan Counties Rates Fringes ROOFER, Including Built Up, Composition and Single Ply Roofs............................$ 26.50 10.91 ---------------------------------------------------------------- ROOF0020-014 06/01/2009 Anderson, Franklin, and Linn Counties Rates Fringes ROOFER, Including Built Up, Composition and Single Ply Roofs............................$ 31.95 11.79 ---------------------------------------------------------------- ROOF0020-015 04/01/2008 Allen, Bourbon, Cherokee, Crawford, Labette, Montgomery, Neosho, Wilson, and Woodson Counties Rates Fringes ROOFER, Including Built Up, Composition and Single Ply Roofs............................$ 20.36 6.44 ---------------------------------------------------------------- ROOF0020-016 06/01/2008 Coffey, Geary, Jackson, Jefferson, Lyon, Marshall, Nemaha, Osage, Pottawatomie, Riley, Wabaunsee, and Washington Counties Rates Fringes ROOFER, Including Built Up, Composition and Single Ply Roofs............................$ 24.61 10.74 ---------------------------------------------------------------- ROOF0020-017 07/01/2006 Barber, Barton, Chase, Chautauqua, Cheyenne, Clark, Clay, Cloud, Comanche, Cowley, Decatur, Dickinson, Edwards, Elk, Ellis, Ellsworth, Finney, Ford, Gove, Graham, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Haskell, Hodgeman, Jewell, Kearny, Kingman, Kiowa, Lane, Lincoln, Logan, Marion, McPherson, Meade, Mitchell, Morris, Morton, Ness, Norton, Osborne, Ottawa, Pawnee, Phillips, Pratt, Rawlins, Reno, Republic, Rice, Rooks, Rush, Russell, Saline, Scott, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas, Trego, Wallace, and Wichita Counties Rates Fringes ROOFER, Including Built Up, Composition and Single Ply Roofs............................$ 16.00 3.79 ---------------------------------------------------------------- * SHEE0002-001 07/01/2009 Allen, Anderson, Atchison, Bourbon, Cherokee, Coffey, Crawford, Doniphan, Franklin, Labette, Linn, Montgomery, Neosho, Wilson, and Woodson Counties Rates Fringes Sheet metal worker (Including HVAC Duct Work)..................$ 35.88 15.94 ---------------------------------------------------------------- SHEE0029-003 07/05/2004 Barber, Barton, Chautauqua, Chase, Clark, Comanche, Cowley, Dickinson, Edwards, Elk, Ellsworth, Finney, Ford, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Harvey, Haskell, Hodgeman, Kearney, Kingman, Kiowa, Lane, McPherson, Marion, Meade, Morton, Ness, Pawnee, Pratt, Rice, Reno, Rush, Sedgwick, Seward, Scott, Stafford, Stanton, Stevens, Sumner, and Wichita Counties Rates Fringes SHEET METAL WORKER Including HVAC Duct Work....$ 22.95 7.69 ---------------------------------------------------------------- SHEE0077-002 06/01/2001 Brown, Cheyenne, Clay, Cloud, Decatur, Ellis, Geary, Gove, Graham, Jackson, Jewell, Lincoln, Logan, Marshall, Mitchell, Morris, Nemaha, Norton, Osage, Osborne, Ottawa, Phillips, Pottawatomie, Rawlins, Republic, Riley, Rooks, Russell, Saline, Sheridan, Sherman, Smith, Thomas, Trego, Wabaunsee, Wallace, Washington Counties Rates Fringes Sheet metal worker (Including HVAC Duct Work)..................$ 23.58 7.34 ---------------------------------------------------------------- SUKS2004-004 08/09/2004 Rates Fringes Carpenters: Carpenter (Acoustical Work Only).......................$ 12.00 4.05 Carpenter (Excluding Acoustical Work and Drywall Hanging)............$ 14.90 2.94 CEMENT MASON.....................$ 12.98 2.67 Drywall Finisher/Taper...........$ 10.56 0.95 Heat and Frost Insulators/Asbestos..............$ 12.12 0.00 Ironworker: Reinforcing.................$ 18.80 10.78 Laborers: Concrete Workers............$ 12.02 2.42 Form Setters................$ 8.59 1.44 General.....................$ 9.92 0.00 Metal Building Erector......$ 11.19 1.73 Painter: Excluding Drywall Finishing.$ 17.00 0.00 SPRINKLER FITTER.................$ 16.04 4.11 Tile Setters/Mechanics...........$ 11.00 0.00 Truck drivers: Dump Truck..................$ 14.72 2.33 ---------------------------------------------------------------- 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09R0003/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City Melvern Project Office 31051 Melvern Lake Parkway Melvern KS
Zip Code: 66510
 
Record
SN01928142-W 20090828/090827001801-eb847843918d03a60d5e620e6bbd25dd (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  © 1994-2020, Loren Data Corp.