Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION Solicitation No (1): Madison Housing Authority (Annual Audits)

Similar documents
Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Re: Request for Quote (RFQ No. 0123) Piedmont Park Day Care Facility

QUOTATION FOR SMALL PURCHASE CONDITIONS TO QUOTE SOFFIT AND FASCIA REPAIR SOLICITATION NO. HADC : SOFFIT AND FASCIA REPAIR

Saratoga Springs Housing Authority. Request for Proposal - Energy Performance Contracting Consultant

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION. Solicitation No Lawn Care Services for Madison Housing Authority

QUICK QUOTE. For. Human Resources Management Consulting Services For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR QUOTATIONS. For. Residential Real Estate Broker Services. For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR QUOTATIONS For Homestead Apartments Pool Repair For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

Procurement Department QUICK QUOTE. For

3.0 Princeville HA RESERVATION OF RIGHTS: The Princeville HA reserves the right to:

QSP INFORMATION AT A GLANCE

HOUSING AUTHORITY OF THE CITY OF TULSA

REQUEST FOR QUOTATIONS. For. ADA Concrete Ramps at Woodhill For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR PROPOSALS (RFP) NO , Independent Audit Services

General Contract Conditions for Small Construction/Development Contracts

REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT

Annual Audit Services

QSP (QUOTATION FOR SMALL PURCHASES) DECEMBER 11, 2014 CONDITIONS TO QUOTE NON CONSTRUCTION

REQUEST FOR QUOTATIONS. For. Replace the Fence at Parkview For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Housing Authority of the City of Winston-Salem

INVITATION FOR BIDS (IFB) NO KMHS/BHA Cottages at Forest Park for the Housing Authority of the City of Bremerton (BHA)

VEHICLE MAINTENANCE & REPAIR

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

BELMONT HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSALS (RFP) No Legal Services

QUOTES FOR SMALL PURCHASE (QSP) # , HVAC Services. HVAC Services

Request for Proposals No. Q12002 Architectural Design Services

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Danville Redevelopment and Housing Authority RFP Annual Audit Services. RFP Annual Financial Audit Services

RFP GENERAL TERMS AND CONDITIONS

Request for Proposal for Legal Services

KING COUNTY HOUSING AUTHORITY * CAPITAL CONSTRUCTION DEPT A SECTION. 1. Instructions to Offerors Non-Construction (HUD-5369B)

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

INDEPENDENT CONTRACTOR AGREEMENT

Request for Quotation

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

Request for Quotation

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

Quincy Housing Authority 80 Clay Street Quincy, MA 02170

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Request for Proposals

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

REQUEST FOR QUOTATIONS. For

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF TITUSVILLE, FLORIDA

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Indefinite Quantity Professional Real Estate Appraisal Services

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

PURCHASING DEPARTMENT

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

SELLING AGENT AGREEMENT SIGNATURE PAGE

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

ADDENDUM No: 1 RFP# COMPARABILITY STUDY

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

Category 1: Access Control Systems Category 2: Burglar Alarms Category 3: Surveillance Services and Equipment

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

CROW WING COUNTY BRAINERD, MINNESOTA

Centennial School District

TEMPORARY EMPLOYEE STAFFING. Request for Proposal

GENERAL TERMS AND CONDITIONS

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

PURCHASING DEPARTMENT

INDEPENDENT CONTRACTOR AGREEMENT

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

Request for Proposal Internet Access

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

REQUEST FOR PROPOSALS

Solicitation #: 053P Solicitation Issue Date: 11/02/17

Union College Schenectady, NY General Purchasing Terms & Conditions

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

NEW HANOVER COUNTY REQUEST FOR PROPOSAL FOR AUDIT SERVICES

Transcription:

PROCEDURE: Quoters must submit proposed pricing where provided on the last page of this form only! The HA will accept the proposed pricing in person, email or by mail delivery only! The HA will NOT accept proposed pricing verbally or by telephone! 1.0 HA CONTACT: All questions pertaining this QSP shall be addressed to Clinton Thomas (hereinafter, the Contracting Officer or CO), Telephone: 336-917-6083; e-mail: cthomas@haws.org. All quote responses must be returned to Clinton Thomas by January 31, 2018 at 3:00 PM Eastern Time. If by mail to Clinton Thomas, Director of Procurement Housing Authority of the City of Winston-Salem 500 W. Fourth St., Suite 300 Winston-Salem, NC 27101. 2.0 APPLICABILITY: By submitting a quote to the HA, the firm or individual doing so (hereinafter, "the quoter") is automatically agreeing to abide by all terms and conditions listed herein, including those terms and conditions within the HUD document, Table 5.1, Mandatory Contract Clauses for Small Purchases Other than Construction, which is attached hereto. 3.0 HA RESERVATION OF RIGHTS: The HA reserves the right to: 3.1 Reject any or all quotes, to waive any informalities in the QSP process, or to terminate the QSP process at any time, if deemed by the HA to be in the best interest of the HA; 3.2 Terminate a contract awarded pursuant to this QSP at any time for its convenience upon delivery of a 10-day written notice to the apparent or successful quoter; 3.3 Determine the days, hours and locations that the successful quoter shall provide the items or services called for in this QSP; 3.4 Reject and not consider any quote that does not, in the opinion of the CO, meet the requirements of this QSP, including but not necessarily limited to incomplete quotes offering alternate (not including or equal items) or nonrequested items or services; 4.0 QUOTER S RESPONSIBILITY: Each quoter must carefully review and comply with all instructions provided herein, provided within any named attachments and those provided within the noted Internet system. 5.0 DEADLINE: Each quoter shall submit his/her proposed costs, prior to the posted deadline, as provided for herein. Whereas this is an informal solicitation process, Page 1

the HA reserves the right to extend the posted deadline at any time prior to the deadline, if, in the opinion of the CO, it is in the best interests of the HA to do so. 6.0 HOLD PRICES/NON-ESCALATION: By submitting a quote, and whereas the quote sum submitted is a firm-fixed quote, each quoter thereby agrees to "hold" or not increase the proposed quote prices during the term of the work. If substantial legitimate changes to the Scope of Work occur in years subsequent to the initial contract year the HA will have to consider requoting this QSP. This QSP requests a price proposal for a five year span, the initial contract year 2017 and four renewal years. Therefore vendors should carefully review their requirements for all time frames as there will be no (COLA) Cost of Living Adjustments. 7.0 PURCHASE ORDER (PO): The HA will procure the applicable goods or services by issuance of a PO (which shall have the same meaning as a "contract"). PO s will be issued on an as-needed basis only. By submitting a quote, the successful quoter thereby agrees to confirm receipt of the PO in the manner directed by the HA. 7.1 AWARD CRITERIA: If an award is completed pursuant to this QSP, and unless otherwise instructed in writing by the CO, award shall be made to the responsive and responsible quoter that submits the lowest cost. 8.0 INVALID OR ALTERNATE QUOTES: Failure to complete and submit all required information, or to add any additional requirements not acceptable to the HA, may invalidate the quote submitted. Furthermore, the HA shall reserve the right to reject, without consideration, alternate quotes, meaning those that do not meet the requirements of this QSP. 9.0 QUOTE COSTS: There shall be no obligation for the HA to compensate any quoter or prospective quoter for any costs that he/she may incur in responding to this QSP. 10.0 SHIPPING COSTS: Each quoted sum submitted shall include completion of the specified services at the HA site or location, as specified within this QSP or on the PO issued. 11.0 ASSIGNMENT OF PERSONNEL: The HA shall retain the right to demand and receive a change in personnel assigned by the successful quoter to provide services to the HA if the HA believes that such change is in the best interest of the HA and the completion of the work or provision of the items. 12.0 UNAUTHORIZED SUB-CONTRACTING PROHIBITED: The successful quoter shall not assign any right, nor delegate any duty for the work proposed pursuant to this QSP Page 2

(including, but not limited to, selling or transferring the ensuing PO or contract) without the prior written consent of the CO. Any purported assignment of interest or delegation of duty, without the prior written consent of the CO shall be void and may result in the cancellation of the PO or the contract with the HA. 13.0 LICENSING AND INSURANCE REQUIREMENTS: Prior to award (but not as a part of the quote submission) the successful quoter will be required to provide: 13.1 An original certificate evidencing the quoter s current industrial (worker s compensation) insurance carrier and coverage amount; 13.2 An original certificate evidencing General Liability coverage, naming the HA as an additional insured, together with the appropriate endorsement to said policy reflecting the addition of the HA as an additional insured under said policy (minimum of $1,000,000 each occurrence, general aggregate minimum limit of $1,000,000, together with damage to premises and fire damage of $50,000 and medical expenses any one person of $5,000), with a deductible of not greater than $1,000; 13.3 An original certificate showing the quoter's automobile insurance coverage in a combined single limit of $500,000. For every vehicle utilized during the term of this program, when not owned by the entity, each vehicle must have evidence of automobile insurance coverage with limits of no less than $50,000/$100,000 and medical pay of $5,000. 13.4 A copy of the quoter s business license allowing that entity to provide such services within the jurisdiction of Forsyth County, NC; 13.5 A copy of the quoter's license issued by the State of North Carolina licensing authority allowing the quoter to provide the services detailed herein. 14.0 Documents that apply to this QSP (PLEASE NOTE: The following Sections 14.3 and 14.4 only applies to this QSP and the ensuing award if the successful quoter will provide any work; meaning, the noted sections do not apply to this QSP or the ensuing award if the successful quoter is only providing materials, supplies, commodities, or equipment.): 14.1 This Conditions To Quote form; 14.2 HUD form Table 5.1, Mandatory Contract Clauses for Small Purchases Other than Construction (attached); 14.3 Applicable HUD Wage Rate Decision (not applicable). Page 3

14.4 A copy of 24 CFR 135, commonly known as Section 3 (included by reference; a copy will be delivered by the HA to any firm upon submission to the CO of a written request for such). The successful quoter hereby agrees to comply with all requirements of the HUD Section 3 Program as detailed therein. If a bidder chooses to certify as a Section 3 quoter, he/she shall receive the preference noted therein. In any case, the successful quoter shall be required to, as detailed therein, "to the greatest extent feasible... provide economic opportunities to low- and very-low income persons," meaning, if the successful quoter must hire anyone to help with the work, he/she must submit a work plan showing how he/she will give first preference to such jobs to Section 3 persons. 14.5 The HA reserves the right to require the successful quoter/contractor to utilize any form required by HUD to complete the required work and by submitting his/her quote each contractor agrees to do so at no additional charge. 15.0 Technical Specifications or Scope of Work (SOW) that apply to this QSP: The Madison Housing Authority Quotation For Small Purchase (QSP) Scope of Work Independent Audit Services (FY 2017 - FY 2021) The Madison Housing Authority (MHA) is a public housing agency with administrative offices located at 925 Fern Street, Madison, North Carolina 27025. MHA provides quality, affordable housing assistance programs to low-income families residing in its service area. MHA is under the full management of the Housing Authority of Winston-Salem (HAWS), resulting from an agreement between both housing authorities and HUD. In accordance with all state and federal regulations, HAWS is currently soliciting quotes, on behalf of MHA, from qualified and licensed firms interested in providing MHA s Independent Professional Audit (IPA) for the fiscal years ending December 31, 2017 through December 31, 2021. All audit services must be provided in accordance with the existing rules, orders, directives, and regulations promulgated by the United States Department of Housing and Urban Development (HUD), including the HUD Accounting Handbook, Financial Management Handbook, HUD Audit Guidelines, and all other legal statues and requirements. The audit shall be performed in accordance with the Single Audit Act Amendments of 1996 and revised OMB Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations. Page 4

Term and Type of Contract HAWS is requesting audit quotes for the fiscal years ending December 31, 2017, and with renewal options for the fiscal years ending December 31, 2018, 2019, 2020 and 2021, based on performance, for the Madison Housing Authority. In the event that the firm to which the contract is awarded does not execute a contract within thirty (30) days after such award, HAWS may give notice to such fir of intent to award the contract to another firm, or to solicit new/additional quotes. HAWS/MHA contemplates the award of a firm fixed price contract resulting from this solicitation. Scope of Services The Independent Auditor will examine all funds of the MHA, listed below (with most recent funding level/eligibility shown for Federal programs): Low Income Public Housing (50 units) $185,867 Capital Fund Program 72,651 MHA does not have a COCC. MHA has one AMP. Currently, there are approximately 2 MHA employees. Payroll is processed 26 times per year, using Savers. HAWS/MHA is using Visual Homes software during part of 2017, switching to Yardi software October 2017. The auditor shall submit the reporting package required under the Single Audit prior to the appropriate deadline(s). Auditor shall supply MHA with ten (10) bound copies of the audit, as well as an electronic copy. The audit should commence within 120 days after the end of the fiscal year, and the draft should be available by July 31. The final audit should be completed by August 31. Form of Quote Continued on next page. Page 5

FORM OF QUOTE Madison HA Each quoter shall submit his/her quote on this form only, which shall be completed and returned to the HA as detailed herein. Item No. Description Unit $ Quoted x Qty = Subtotal 1 Audit FYE 12-31-17 $ $ 2 Audit FYE 12-31-18 $ $ 3 Audit FYE 12-31-19 $ $ 4 Audit FYE 12-31-20 $ $ 5 Audit FYE 12-31-21 $ $ 6 $ $ 7 $ $ 8 $ $ 9 $ $ GRAND TOTAL: $ *First, place within the above an amount for each noted unit to complete the required work. Second, add the unit costs to arrive at a Total Amount Quoted. **In the case of any discrepancy between the "Total Amount Quoted" and the recalculated sum of adding each of the individual quote amounts entered (e.g. the quoter makes a mistake in adding the amount to arrive at a Total Amount Quoted), the HA reserves the right to choose either the new calculated sum or the original Total Amount Quoted submitted, either as may be in the favor of the HA. The undersigned quoter hereby quotes the above amounts to complete the required work (print clearly and legibly!). Further, by submitting this quote, the undersigned quoter agrees to abide by all terms and conditions listed within any document issued by the HA pertaining to this issue. COMPLETED BY: Signature-Name Date Printed: Name Company Name Address (Street; City; State; Zip) Page 6

TABLE 5.1 of HUD Procurement Handbook 7460.8 REV 2 MANDATORY CONTRACT CLAUSES FOR SMALL PURCHASES OTHER THAN CONSTRUCTION The following contract clauses are required in contracts pursuant to 24 CFR 85.36(i) and Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. HUD is permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement Policy. The PHA and contractor is also subject to other Federal laws including the U.S. Housing Act of 1937, as amended, Federal regulations, and state law and regulations. Examination and Retention of Contractor s Records. The PHA, HUD, or Comptroller General of the United States, or any of their duly authorized representatives shall, until three years after final payment under this contract, have access to and the right to examine any of the Contractor s directly pertinent books, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. Right in Data and Patent Rights (Ownership and Proprietary Interest). The PHA shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials, and documents discovered or produced by Contractor pursuant to the terms of this Contract, including, but not limited to, reports, memoranda or letters concerning the research and reporting tasks of the Contract. Energy Efficiency. The Contractor shall comply with all mandatory standards and policies relating to energy efficiency which are contained in the energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-163) for the State in which the work under this contract is performed. Procurement of Recovered Materials (a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price. (b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract. Termination for Cause and for Convenience (contracts of $10,000 or more). (a) The PHA may terminate this contract in whole, or from time to time in part, for the PHA s convenience or the failure of the Contractor to fulfill the contract obligations (cause/default). The PHA shall terminate by delivering to the Contractor a written Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall: (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the PHA all information, reports, papers, and other materials accumulated or generated in performing the contract, whether completed or in process. (b) If the termination is for the convenience of the PHA, the PHA shall be liable only for payment for services rendered before the effective date of the termination. (c) If the termination is due to the failure of the Contractor to fulfill its obligations under the contract (cause/default), the PHA may (1) require the Contractor to deliver to it, in the manner and to the extent directed by the PHA, any work described in the Notice of Termination; (2) take over the work and prosecute the same to completion by contract of otherwise, and the Contractor shall be liable for any additional cost incurred by the PHA; and (3) withhold any payments to the Contractor, for the purpose of set-off or partial payment, as the case may be, of amounts owned by the PHA by the Contractor. In the event of termination for cause/default, the PHA shall be liable to the Contractor for reasonable costs incurred by the Contractor before the effective date of the termination. Any dispute shall be decided by the Contracting Officer. Page 1