Loading...
HomeMy WebLinkAboutC2019-271 - 4/30/2019 - Approved SOLICITATION, OFFER, 1.SOLICITATION NO. 2.TYPE OF SOLICITATION 3.DATE ISSUED PAGE OF PAGES AND AWARD ❑ SEALED BID (IFB) 21-Feb-2019 (Construction,Alteration,or Repair) N6945018R40250001 ENEGOTIATED (RFP) 1 OF 30 IMPORTANT-The"offer"section on the reverse must be fully completed by offeror. 4.CONTRACT NO. • 5.REQUISITIONIFURCHASE REQUEST NO. 6.PROJECT NO. N6945019C4001 7.ISSUED BY CODE N69450 8.ADDRESS OFFER TO (If Other Than Item 7) CODE NAVFAC SOUTHEAST PWD CORPUS CHRISTI See Item 7 8851 OCEAN DRIVE,BLDG 19 CORPUS CHRISTI D(78419-5021 TEL: FAX: TEL: FAX: 9.FOR INFORMATION A.NAME B.TELEPHONE NO. (Include area code) (NO COLLECT CALLS) CALL: JOEL OVERSON 361-961-3397 SOLICITATION NOTE:In sealed bid solicitations"offer"and"offeror"mean"bid"and"bidder". 10.THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title,identifying no.,date): PROPOSAL MUST BE SET FORTHWITH FULL,ACCURATE,AND COMPLEI E INFORMATION AS REQUIRED BY THIS REQUEST FOR PROPOSAL (INCLUDING ATTACHMENTS).THE PENALTY FOR MAKING FALSE STATEMENTS IN PROPOSALS IS PRESCRIBED IN 18 U.S.C. 1001. PLEASE NOTE THAT PROPOSAL IS WE TO NAS CORPUS CHRISTI CONTRACTING OFFICER NOT LA I ER THAN 1:00 P.M C.S.T.ON 18 SEPTEMBER 2018.THERE ARE NO FUNDS AVAILABLE OR INTENDED FOR PRE-AWARD OR PROPOSAL PREPARATION COSTS.PROPOSALS SHOULD BE EMAILED TO JOEL.OVERSON@NAVY.MIL PERFORMANCE AND PAYMENT BONDS,AND CERTIFICATE OF INSURANCE,WILL BE REQUIRED WITHIN 15 CALENDAR DAYS AFI ER DATE OF CONTRACT AWARD.BOTH BONDS SHALL BE IN THE AMOUNT OF 100%OF AWARD AMOUNT. SITE VISIT:AN INSPECTION OF THE SITE WILL BE SCHEDULED.SEE PROJECT INFORMATION CONTAINED HERON FOR DETAILS.PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS FAR 52.232-27 APPLIES TO THIS CONTRACT. 11.The Contractor shall begin performance within 5 calendar days and complete it within 30 calendar days after receiving award, ❑X notice to proceed. This performance period is ❑X mandatory, _ negotiable. (See .) 12 A.THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? 12B.CALENDAR DAYS (If"YES,"indicate within how many calendar days after award in Item 128.) 15 EYES NO 13.ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and 0 copies to perform the work required are due at the place specified in Item 8 by (hour) local tirre (date). If this is a sealed bid solicitation,offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address,the solicitation number,and the date and time offers are due. B. An offer guarantee _ is, ❑X is not required. C. All offers are subject to the(1)work requirements,and(2)other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than 30 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected. NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV.4-85) d , ' Prescribed by GSA • FAR(48 CFR)53.236-1(e) • SCANNED • _ SOLICITATION, OFFER, AND AWARD (Continued) (Construction,Alteration,or Repair) OFFER (Must be fully completed by offeror) 14.NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15.Tam IONE NO. (Include area code) CORPUS CHRISTI,CITY OF 1201 LEPOARD ST CORPUS CHRISTI TX78401-2120 16.REMITTANCE ADDRESS (Include only if different than Item 14) See Item 14 CODE FACILITY CODE 3NWC7 17.The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation,if this offer is accepted by the Government in writing within calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.) AMOUNTS SEE SCHEDULE OF PRICES 18.The offeror agrees to furnish any required performance and payment bonds. 19.ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of arrendnents to the solicitation--give nunter and date of each) AMENDMENT NO. DATE 20A.NAME AND TITLE OF I U tSON AUTHORIZED TO SIGN 20B.SIGNATURE 20C.OFFER DATE OFFER (Type or print) AWARD (To be completed by Government) 21.ITEMS ACCEPTED: SEE SCHEDULE 22.AMOUNT 23.ACCOUNTING AND APPROFRIATION DATA $232,411.38 See Schedule 24.SUBMIT INVOICES TO ADDRESS SI-OWN IN ITEM 25.OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO (4 copies unless otherwise specified) 1 N10 U.S.C.2304(c) (2) ❑41 U.S.C.253(c) 0 26.ADMNISTERED BY CODE I 27.PAYMENT WILL BE MADE BY: CODE I N68732 DFAS-CLEVELAND ATTN:SB-39,ACCOUNTS PAYABLE See Item 7 1240E9TH STREET CLEVELAND OH 44199 CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE E28.NEGOTIATEDAGRERvB'IT (Contractor is required to sign this 0 29.AWARD (Contractor is not required to sign this docurrent.) docurrent and return 1 copies to issuing office.) Contractor agrees Your offer on this solicitation,is hereby accepted as to the items listed.This award con- to furnish and deliver all items or perform all work,requisitions identified summates the contract,which consists of(a)the Government solicitation and on this form and any continuation sheets for the consideration stated in this your offer,and(b)this contract award. No further contractual document is contract. The rights and obligations of the parties to this contract shall be necessary. governed by (a)this contract award,(b)the solicitation,and(c)the clauses, representations,certifications,and specifications or incorporated by refer- ence in or attached to this contract. REF: 31A. NAME OF CONTRACTING OFFICER (Type or print) 30A.NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED ���n� TO SIGN (Type or print) • . t� 3 t,g y _ I/1 r • /Y� TEL: 3 v[—�� p� r•IL:CICZA.ie 71.2-3♦�t'v,\ ' Iw1 30B.SIGNATU'E 30C.DATE lt ��/4 //f /� 316.U STATES OF 31C.AWARD cE E / BY Cunrn Or �]�. NSN 7541 I"-155- Ar e r•� • ATTEST; r NDARD Fe`1 1. c .4-85) ,4;71;BE a,LA S y RET e,�t� N6945019C4001 Page 3 of 30 Section SF 30-BLOCK 14 CONTINUATION PAGE SCOPE CHANGE AMENDMENT NO. 1 1. GENERAL DESCRIPTION:The Contractor shall provide all supervision, transportation, labor, materials to accomplish the Amendment No. l's Objective(s). The purpose of this project amendment is to: 1. Perform pressurized cleaning of up to a 2,950 linear foot equivalent section(s)of existing eighteen-inch nominal diameter(18" nom. dia.)Clay Domestic Sewer Line "west"from Manhole F44G7(Inv. 8.96)to Manhole F26(Inv. 5.78) (Please see Attachment No. 1 for Project Location Map)This delivery order will perform a thorough cleaning in order to facilitate an assessment of selected areas of the Domestic Waste Conveyance utilizing equipment such as,for example, closed circuit television (CCTV) resulting in a an analytical assessment report to document cleaning and conditionally assess the primary eighteen- inch diameter (18"dia.) Primary Domestic Waste Conveyance System. 2. Having completed the pressurized cleaning of said 2,950 linear foot equivalent section(s)of existing eighteen-inch diameter(18"dia.)domestic sewer line, perform an assessment of selected areas of the Domestic Waste Conveyance utilizing equipment such as,for example, closed circuit television (CCTV) resulting in an analytical assessment report to document cleaning and conditionally assess the eighteen-inch diameter(18"dia.) Primary Domestic Waste Conveyance System. 2. LOCATION: All work for this specific project amendment is specifically located along Avenue "D"(from Manhole F44 to Manhole F29 and along 1st Street(from Manhole F29 to Manhole F26) at the Corpus Christi Naval Air Station. Please See Attachment Number 1 for Project Location(s). 3. PERIOD OF PERFORMANCE: The period of performance for this project amendment is 10 additional calendar days. performance starts when the contract/task order is awarded, and ends when the work is completed and accepted by the Government. 4. ATTACHMENTS: The following sketch(s) are a part of this specification and shall not be used for any purpose other than that contemplated by this contract: Attachment Title 1 Project Location(s) b(ri..03115 .11M... .. ,�wwsM IT C,WICII, LI I3`' 1� SECRETARY N6945019C4001 Page 4 of 30 Section 00010-Solicitation Contract Form ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job $68,372.73 $68,372.73 CLEAN AND INSPECT SEWER LINE FFP FLUSH CLEAN AND CCTV INSPECTION OF SUSPECTED COLLAPSED SEWER LINE IN ACCORDANCE WITH STATEMENT OF WORK. FOB:Destination NET AMT $68,372.73 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000101 $0.00 FUND ACRN AA FFP Funding Doc.No.N6945019RCC9101 Customer ACRN: MILSTRIP:N6945019RCC9101 NET AMT $0.00 ACRN AA $68,372.73 CIN: 000000000000000000000000000000 N6945019C4001 Page 5 of 30 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Job $164,038.65 $164,038.65 REPAIR SEWER LINE FFP REPAIR SUSPECTED COLLAPSED SEWER MAIN LINE IN ACCORDANCE WITH STATEMENT OF WORK. FOB:Destination NET AMT $164,038.65 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000201 $0.00 FUND ACRN AA FFP Funding Doc.No.N6945019RCC9101 Customer ACRN: MILSTRIP:N6945019RCC9101 NET AMT $0.00 ACRN AA $164,038.65 CIN: 000000000000000000000000000000 INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 000101 N/A N/A N/A N/A 0002 Destination Government Destination Government 000201 N/A N/A N/A N/A N6945019C4001 Page 6 of 30 DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC/ CAGE 0001 31-DEC-2018 1 PWD CORPUS CHRISTI N44215 INSPECTOR OF RECORD 8851 OCEAN DR,BLDG. 19 CORPUS CHRISTI TX 78419-5525 361-961-3397 FOB: Destination 000101 N/A N/A N/A N/A 0002 31-DEC-2018 1 PWD CORPUS CHRISTI N44215 INSPECTOR OF RECORD 8851 OCEAN DR,BLDG. 19 CORPUS CHRISTI TX 78419-5525 361-961-3397 FOB: Destination 000201 N/A N/A N/A N/A N6945019C4001 Page 7 of 30 Section 00700-Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation,Rescission,and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal OCT 2010 Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber MAY 2011 Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier OCT 2015 Subcontract Awards 52.204-13 System for Award Management Maintenance JUL 2013 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and DEC 2014 Certifications. 52.209-6 Protecting the Government's Interest When Subcontracting OCT 2015 With Contractors Debarred,Suspended,or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding JUL 2013 Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations 52.211-12 Liquidated Damages--Construction SEP 2000 52.211-13 Time Extensions SEP 2000 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-9 Changes or Additions to Make-or-Buy Program OCT 1997 52.215-10 Price Reduction for Defective Certified Cost or Pricing Data AUG 2011 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--AUG 2011 Modifications 52.215-12 Subcontractor Certified Cost or Pricing Data OCT 2010 52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits JUL 2005 (PRB)Other than Pensions 52.215-21 Requirements for Certified Cost or Pricing Data and Data OCT 2010 Other Than Certified Cost or Pricing Data--Modifications 52.215-23 Limitations on Pass-Through Charges OCT 2009 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards-Overtime MAY 2014 Compensation 52.222-6 Construction Wage Rate Requirements MAY 2014 52.222-7 Withholding of Funds MAY 2014 52.222-8 Payrolls and Basic Records MAY 2014 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 N6945019C4001 Page 8 of 30 52.222-11 Subcontracts(Labor Standards) MAY 2014 52.222-12 Contract Termination-Debarment MAY 2014 52.222-13 Compliance With Construction Wage Rate Requirements and MAY 2014 Related Regulations 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility MAY 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-27 Affirmative Action Compliance Requirements for APR 2015 Construction 52.222-35 Equal Opportunity for Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-40 Notification of Employee Rights Under the National Labor DEC 2010 Relations Act 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-54 Employment Eligibility Verification OCT 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.223-17 Affirmative Procurement of EPA-Designated Items in Service MAY 2008 and Construction Contracts 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright DEC 2007 Infringement 52.227-4 Patent Indemnity-Construction Contracts DEC 2007 52.228-2 Additional Bond Security OCT 1997 52.228-5 Insurance-Work On A Government Installation JAN 1997 52.228-11 Pledges Of Assets JAN 2012 52.228-12 Prospective Subcontractor Requests for Bonds MAY 2014 52.228-15 Performance and Payment Bonds--Construction OCT 2010 52.229-3 Federal,State And Local Taxes FEB 2013 52.229-4 Federal,State,And Local Taxes(State and Local FEB 2013 Adjustments) 52.230-2 Cost Accounting Standards OCT 2015 52.230-3 Disclosure And Consistency Of Cost Accounting Practices OCT 2015 52.230-6 Administration of Cost Accounting Standards JUN 2010 52.232-5 Payments under Fixed-Price Construction Contracts MAY 2014 52.232-17 Interest MAY 2014 52.232-23 Alt I Assignment of Claims(May 2014)- Alternate I APR 1984 52.232-27 Prompt Payment for Construction Contracts MAY 2014 52.232-33 Payment by Electronic Funds Transfer--System for Award JUL 2013 Management 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-4 Physical Data APR 1984 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 N6945019C4001 Page 9 of 30 52.236-9 Protection of Existing Vegetation,Structures,Equipment, APR 1984 Utilities,and Improvements 52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-14 Availability and Use of Utility Services APR 1984 52.236-15 Schedules for Construction Contracts APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-26 Preconstruction Conference FEB 1995 52.242-13 Bankruptcy JUL 1995 52.242-14 Suspension of Work APR 1984 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 52.243-4 Changes JUN 2007 52.246-12 Inspection of Construction AUG 1996 52.246-21 Warranty of Construction MAR 1994 52.248-1 Value Engineering OCT 2010 52.248-3 Value Engineering-Construction OCT 2015 52.249-2 Termination For Convenience Of The Government(Fixed- APR 2012 Price) 52.249-10 Default(Fixed-Price Construction) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-DEC 2008 Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By OCT 2015 The Government of a Country that is a State Sponsor of Terrorism 252.215-7000 Pricing Adjustments DEC 2012 252.215-7002 Cost Estimating System Requirements DEC 2012 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7004 Drug Free Work Force SEP 1988 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7048 Export-Controlled Items JUN 2013 252.227-7022 Government Rights(Unlimited) MAR 1979 252.227-7033 Rights in Shop Drawings APR 1966 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012 Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7001 Contract Drawings,and Specifications AUG 2000 252.236-7002 Obstruction of Navigable Waterways DEC 1991 252.236-7005 Airfield Safety Precautions DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.245-7002 Reporting Loss of Government Property APR 2012 N6945019C4001 Page 10 of 30 252.245-7004 Reporting,Reutilization,and Disposal MAR 2015 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.202-1 DEFINITIONS(NOV 2013) When a solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulation(FAR),the word or term has the same meaning as the definition in FAR 2.101 in effect at the time the solicitation was issued,unless-- (a)The solicitation,or amended solicitation,provides a different definition; (b)The contracting parties agree to a different definition; (c)The part,subpart,or section of the FAR where the provision or clause is prescribed provides a different meaning; or (d)The word or term is defined in FAR Part 31,for use in the cost principles and procedures. (End of clause) 52.211-10 COMMENCEMENT,PROSECUTION,AND COMPLETION OF WORK(APR 1984) The Contractor shall be required to(a)commence work under this contract within 1 calendar day after the date the Contractor receives the notice to proceed,(b)prosecute the work diligently,and(c)complete the entire work ready for use not later than the contract completion date. * The time stated for completion shall include final cleanup of the premises. (End of clause) 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658(DEC 2015) (a)Definitions. As used in this clause-- "United States"means the 50 states and the District of Columbia. "Worker"-- (1)Means any person engaged in performing work on,or in connection with,a contract covered by Executive Order 13658,and-- (i)Whose wages under such contract are governed by the Fair Labor Standards Act(29 U.S.C.chapter 8),the Service Contract Labor Standards statute(41 U.S.C.chapter 67),or the Wage Rate Requirements(Construction) statute(40 U.S.C.chapter 31,subchapter IV); N6945019C4001 Page 11 of 30 (ii)Other than individuals employed in a bona fide executive,administrative,or professional capacity,as those terms are defined in 29 CFR part 541; (iii)Regardless of the contractual relationship alleged to exist between the individual and the employer. (2)Includes workers performing on,or in connection with,the contract whose wages are calculated pursuant to special certificates issued under 29 U.S.C.214(c). (3)Also includes any person working on,or in connection with,the contract and individually registered in a bona fide apprenticeship or training program registered with the Department of Labor's Employment and Training Administration,Office of Apprenticeship,or with a State Apprenticeship Agency recognized by the Office of Apprenticeship. (b)Executive Order minimum wage rate.(1)The Contractor shall pay to workers,while performing in the United States,and performing on,or in connection with,this contract,a minimum hourly wage rate of$10.10 per hour beginning January 1,2015. (2) The Contractor shall adjust the minimum wage paid,if necessary,beginning January 1,2016,and annually thereafter,to meet the applicable annual E.O.minimum wage.The Administrator of the Department of Labor's Wage and Hour Division(the Administrator)will publish annual determinations in the Federal Register no later than 90 days before the effective date of the new E.O.minimum wage rate.The Administrator will also publish the applicable E.O.minimum wage on www.wdol.gov(or any successor Web site),and a general notice on all wage determinations issued under the Service Contract Labor Standards statute or the Wage Rate Requirements (Construction)statute,that will provide information on the E.O.minimum wage and how to obtain annual updates.The applicable published E.O.minimum wage is incorporated by reference into this contract. (3)(i) The Contractor may request a price adjustment only after the effective date of the new annual E.O.minimum wage determination.Prices will be adjusted only for increased labor costs(including subcontractor labor costs)as a result of an increase in the annual E.O.minimum wage,and for associated labor costs(including those for subcontractors).Associated labor costs shall include increases or decreases that result from changes in social security and unemployment taxes and workers'compensation insurance,but will not otherwise include any amount for general and administrative costs,overhead,or profit. (ii)Subcontractors may be entitled to adjustments due to the new minimum wage,pursuant to paragraph(b)(2). Contractors shall consider any subcontractor requests for such price adjustment. (iii)The Contracting Officer will not adjust the contract price under this clause for any costs other than those identified in paragraph(b)(3)(i)of this clause,and will not provideduplicate price adjustments with any price adjustment under clauses implementing the Service Contract Labor Standards statute or the Wage Rate Requirements(Construction)statute. (4)The Contractor warrants that the prices in this contract do not include allowance for any contingency to cover increased costs for which adjustment is provided under this clause. (5)A pay period under this clause may not be longer than semi-monthly,but may be shorter to comply with any applicable law or other requirement under this contract establishing a shorter pay period.Workers shall be paid no later than one pay period following the end of the regular pay period in which such wages were earned or accrued. (6)The Contractor shall pay,unconditionally to each worker,all wages due free and clear without subsequent rebate or kickback.The Contractor may make deductions that reduce a worker's wages below the E.O.minimum wage rate only if done in accordance with 29 CFR 10.23,Deductions. N6945019C4001 Page 12 of 30 (7)The Contractor shall not discharge any part of its minimum wage obligation under this clause by furnishing fringe benefits or,with respect to workers whose wages are governed by the Service Contract Labor Standards statute,the cash equivalent thereof. (8)Nothing in this clause shall excuse the Contractor from compliance with any applicable Federal or State prevailing wage law or any applicable law or municipal ordinance establishing a minimum wage higher than the E.O.minimum wage.However,wage increases under such other laws or municipal ordinances are not subject to price adjustment under this subpart. (9)The Contractor shall pay the E.O.minimum wage rate whenever it is higher than any applicable collective bargaining agreement(s)wage rate. (10)The Contractor shall follow the policies and procedures in 29 CFR 10.24(b)and 10.28 for treatment of workers engaged in an occupation in which they customarily and regularly receive more than$30 a month in tips. (c)(1)This clause applies to workers as defined in paragraph(a).As provided in that definition-- (i)Workers are covered regardless of the contractual relationship alleged to exist between the contractor or subcontractor and the worker; (ii)Workers with disabilities whose wages are calculated pursuant to special certificates issued under 29 U.S.C. 214(c)are covered;and (iii)Workers who are registered in a bona fide apprenticeship program or training program registered with the Department of Labor's Employment and Training Administration,Office of Apprenticeship,or with a State Apprenticeship Agency recognized by the Office of Apprenticeship,are covered. (2)This clause does not apply to-- (i)Fair Labor Standards Act(FLSA)-covered individuals performing in connection with contracts covered by the E.O.,i.e.those individuals who perform duties necessary to the performance of the contract,but who are not directly engaged in performing the specific work called for by the contract,and who spend less than 20 percent of their hours worked in a particular workweek performing in connection with such contracts; (ii)Individuals exempted from the minimum wage requirements of the FLSA under 29 U.S.C.213(a)and 214(a) and(b),unless otherwise covered by the Service Contract Labor Standards statute,or the Wage Rate Requirements (Construction)statute.These individuals include but are not limited to-- (A)Learners,apprentices,or messengers whose wages are calculated pursuant to special certificates issued under 29 U.S.C.214(a). (B)Students whose wages are calculated pursuant to special certificates issued under 29 U.S.C.214(b). (C)Those employed in a bona fide executive,administrative,or professional capacity(29 U.S.C.213(a)(1)and 29 CFR part 541). (d)Notice.The Contractor shall notify all workers performing work on,or in connection with,this contract of the applicable E.O.minimum wage rate under this clause.With respect to workers covered by the Service Contract Labor Standards statute or the Wage Rate Requirements(Construction)statute,the Contractor may meet this requirement by posting,in a prominent and accessible place at the worksite,the applicable wage determination under those statutes.With respect to workers whose wages are governed by the FLSA,the Contractor shall post notice,utilizing the poster provided by the Administrator,which can be obtained at www.dol.gov/whd/govcontracts, in a prominent and accessible place at the worksite.Contractors that customarily post notices to workers electronically may post the notice electronically provided the electronic posting is displayed prominently on any N6945019C4001 Page 13 of 30 Web site that is maintained by the contractor,whether external or internal,and customarily used for notices to workers about terms and conditions of employment. (e)Payroll Records.(1)The Contractor shall make and maintain records,for three years after completion of the work,containing the following information for each worker: (i)Name,address,and social security number; (ii)The worker's occupation(s)or classification(s); (iii)The rate or rates of wages paid; (iv)The number of daily and weekly hours worked by each worker; (v)Any deductions made;and (vi)Total wages paid. (2)The Contractor shall make records pursuant to paragraph(e)(1)of this clause available for inspection and transcription by authorized representatives of the Administrator.The Contractor shall also make such records available upon request of the Contracting Officer. (3)The Contractor shall make a copy of the contract available,as applicable,for inspection or transcription by authorized representatives of the Administrator. (4)Failure to comply with this paragraph(e)shall be a violation of 29 CFR 10.26 and this contract.Upon direction of the Administrator or upon the Contracting Officer's own action,payment shall be withheld until such time as the noncompliance is corrected. (5)Nothing in this clause limits or otherwise modifies the Contractor's payroll and recordkeeping obligations, if any, under the Service Contract Labor Standards statute,the Wage Rate Requirements(Construction)statute,the Fair Labor Standards Act,or any other applicable law. (f)Access.The Contractor shall permit authorized representatives of the Administrator to conduct investigations, including interviewing workers at the worksite during normal working hours. (g)Withholding.The Contracting Officer,upon his or her own action or upon written request of the Administrator, will withhold funds or cause funds to be withheld,from the Contractor under this or any other Federal contract with the same Contractor,sufficient to pay workers the full amount of wages required by this clause. (h)Disputes.Department of Labor has set forth in 29 CFR 10.51,Disputes concerning contractor compliance,the procedures for resolving disputes concerning a contractor's compliance with Department of Labor regulations at 29 CFR part 10. Such disputes shall be resolved in accordance with those procedures and not the Disputes clause of this contract.These disputes include disputes between the Contractor(or any of its subcontractors)and the contracting agency,the Department of Labor,or the workers or their representatives. (i)Antiretaliation.The Contractor shall not discharge or in any other manner discriminate against any worker because such worker has filed any complaint or instituted or caused to be instituted any proceeding under or related to compliance with the E.O.or this clause,or has testified or is about to testify in any such proceeding. (j)Subcontractor compliance.The Contractor is responsible for subcontractor compliance with the requirements of this clause and may be held liable for unpaid wages due subcontractor workers. N6945019C4001 Page 14 of 30 (k)Subcontracts.The Contractor shall include the substance of this clause,including this paragraph(k)in all subcontracts,regardless of dollar value,that are subject to the Service Contract Labor Standards statute or the Wage Rate Requirements(Construction)statute,and are to be performed in whole or in part in the United States. (End of clause) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (a)Definitions.As used in this clause-- Driving— (1)Means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic,a traffic light,stop sign,or otherwise. (2)Does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of,or off,an active roadway and has halted in a location where one can safely remain stationary. Text messaging means reading from or entering data into any handheld or other electronic device,including for the purpose of short message service texting,e-mailing,instant messaging,obtaining navigational information,or engaging in any other form of electronic data retrieval or electronic data communication.The term does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle,provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park. (b)This clause implements Executive Order 13513,Federal Leadership on Reducing Text Messaging while Driving, dated October 1,2009. (c)The Contractor is encouraged to-- (1)Adopt and enforce policies that ban text messaging while driving-- (i)Company-owned or-rented vehicles or Government-owned vehicles;or (ii)Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2)Conduct initiatives in a manner commensurate with the size of the business, such as-- (i)Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving;and (ii)Education,awareness,and other outreach to employees about the safety risks associated with texting while driving. (d)Subcontracts.The Contractor shall insert the substance of this clause, including this paragraph(d), in all subcontracts that exceed the micro-purchase threshold. (End of clause) N6945019C4001 Page 15 of 30 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS(MAY 2014) (a)Definitions. As used in this clause-- Commercially available off-the-shelf(COTS)item— (1)Means any item of supply(including construction material)that is-- (i)A commercial item(as defined in paragraph(1)of the definition at FAR 2.101); (ii)Sold in substantial quantities in the commercial marketplace;and (iii)Offered to the Government,under a contract or subcontract at any tier,without modification,in the same form in which it is sold in the commercial marketplace;and (2)Does not include bulk cargo,as defined in 46 U.S.C.40102(4)such as agricultural products and petroleum products. Component means an article,material,or supply incorporated directly into a construction material. Construction material means an article,material,or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work.The term also includes an item brought to the site preassembled from articles,materials,or supplies.However,emergency life safety systems,such as emergency lighting,fire alarm,and audio evacuation systems,that are discrete systems incorporated into a public building or work and that are produced as complete systems,are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies,not construction material. Cost of components means-- (1)For components purchased by the Contractor,the acquisition cost,including transportation costs to the place of incorporation into the construction material(whether or not such costs are paid to a domestic firm),and any applicable duty(whether or not a duty-free entry certificate is issued);or (2)For components manufactured by the Contractor,all costs associated with the manufacture of the component, including transportation costs as described in paragraph(1)of this definition,plus allocable overhead costs,but excluding profit.Cost of components does not include any costs associated with the manufacture of the construction material. Domestic construction material means-- (1)An unmanufactured construction material mined or produced in the United States; (2)A construction material manufactured in the United States,if-- (i)The cost of its components mined,produced,or manufactured in the United States exceeds 50 percent of the cost of all its components.Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic;or (ii)The construction material is a COTS item. Foreign construction material means a construction material other than a domestic construction material. N6945019C4001 Page 16 of 30 United States means the 50 States,the District of Columbia,and outlying areas. (b)Domestic preference. (1)This clause implements 41 U.S.C.chapter 83,Buy American,by providing a preference for domestic construction material.In accordance with 41 U.S.C. 1907,the component test of the Buy American statute is waived for construction material that is a COTS item.(See FAR 12.505(a)(2)).The Contractor shall use only domestic construction material in performing this contract,except as provided in paragraphs(b)(2)and(b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: (3)The Contracting Officer may add other foreign construction material to the list in paragraph(b)(2)of this clause if the Government determines that (i)The cost of domestic construction material would be unreasonable.The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii)The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest;or (iii)The construction material is not mined,produced,or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c)Request for determination of inapplicability of the Buy American Act.(1)(i)Any Contractor request to use foreign construction material in accordance with paragraph(b)(3)of this clause shall include adequate information for Government evaluation of the request,including-- (A)A description of the foreign and domestic construction materials; (B)Unit of measure; (C)Quantity; (D)Price; (E)Time of delivery or availability; (F)Location of the construction project; (G)Name and address of the proposed supplier;and (H)A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3)of this clause. (ii)A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph(d)of this clause. (iii)The price of construction material shall include all delivery costs to the construction site and any applicable duty(whether or not a duty-free certificate may be issued). N6945019C4001 Page 17 of 30 (iv)Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award.If the Contractor does not submit a satisfactory explanation,the Contracting Officer need not make a determination. (2)If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration,the Contracting Officer will modify the contract to allow use of the foreign construction material.However,when the basis for the exception is the unreasonable price of a domestic construction material,adequate consideration is not less than the differential established in paragraph(b)(3)(i)of this clause. (3)Unless the Government determines that an exception to the Buy American statute applies,use of foreign construction material is noncompliant with the Buy American statute. (d)Data.To permit evaluation of requests under paragraph(c)of this clause based on unreasonable cost,the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Construction Materials Price Comparison Construction material description Unit of measure Quantity Price(dollars)\1\ Item 1 Foreign construction material.... Domestic construction material... Item 2 Foreign construction material.... Domestic construction material... Include all delivery costs to the construction site and any applicable duty(whether or not a duty-free entry certificate is issued). List name,address,telephone number,and contact for suppliers surveyed.Attach copy of response;if oral,attach summary. Include other applicable supporting information. (End of clause) 52.243-7 NOTIFICATION OF CHANGES(APR 1984) (a)Definitions. "Contracting Officer,"as used in this clause,does not include any representative of the Contracting Officer. "Specifically authorized representative(SAR)," as used in this clause,means any person the Contracting Officer has so designated by written notice(a copy of which shall be provided to the Contractor)which shall refer to this subparagraph and shall be issued to the designated representative before the SAR exercises such authority. (b)Notice.The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer,the Contractor shall notify the Administrative Contracting Officer in writing, within 5 calendar days from the date that the Contractor identifies any Government conduct(including actions, inactions,and written or oral communications)that the Contractor regards as a change to the contract terms and conditions.On the basis of the most accurate information available to the Contractor,the notice shall state-- N6945019C4001 Page 18 of 30 (1)The date,nature,and circumstances of the conduct regarded as a change; (2)The name,function,and activity of each Government individual and Contractor official or employee involved in or knowledgeable about such conduct; (3)The identification of any documents and the substance of any oral communication involved in such conduct; (4)In the instance of alleged acceleration of scheduled performance or delivery,the basis upon which it arose; (5)The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause,including-- (i)What contract line items have been or may be affected by the alleged change; (ii)What labor or materials or both have been or may be added,deleted,or wasted by the alleged change; (iii)To the extent practicable,what delay and disruption in the manner and sequence of performance and effect on continued performance have been or may be caused by the alleged change; (iv)What adjustments to contract price,delivery schedule,and other provisions affected by the alleged change are estimated;and (6)The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost,delay or disruption of performance. (c)Continued performance. Following submission of the notice required by(b)above,the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the Contractor,unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer,in either of which events the Contractor shall continue performance;provided,however,that if the Contractor regards the direction or communication as a change as described in(b)above,notice shall be given in the manner provided. All directions,communications, interpretations,orders and similar actions of the SAR shall be reduced to writing and copies furnished to the Contractor and to the Contracting Officer. The Contracting Officer shall countermand any action which exceeds the authority of the SAR. (d)Government response. The Contracting Officer shall promptly,within 5 calendar days after receipt of notice, respond to the notice in writing. In responding,the Contracting Officer shall either-- (1)Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; (2)Countermand any communication regarded as a change; (3)Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance;or (4)In the event the Contractor's notice information is inadequate to make a decision under(1),(2),or(3)above, advise the Contractor what additional information is required,and establish the date by which it should be furnished and the date thereafter by which the Government will respond. (e)Equitable adjustments. (1)If the Contracting Officer confirms that Government conduct effected a change as alleged by the Contractor,and the conduct causes an increase or decrease in the Contractor's cost of,or the time required for,performance of any N6945019C4001 Page 19 of 30 part of the work under this contract,whether changed or not changed by such conduct,an equitable adjustment shall be made-- (i)In the contract price or delivery schedule or both;and (ii)In such other provisions of the contract as may be affected. (2)The contract shall be modified in writing accordingly. In the case of drawings,designs or specifications which are defective and for which the Government is responsible,the equitable adjustment shall include the cost and time extension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor identified,or reasonably should have identified,such defect. When the cost of property made obsolete or excess as a result of a change confirmed by the Contracting Officer under this clause is included in the equitable adjustment,the Contracting Officer shall have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided,respectively,in(b) and(c)above. Note: The phrases"contract price"and"cost"wherever they appear in the clause,may be appropriately modified to apply to cost-reimbursement or incentive contracts,or to combinations thereof. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE(FEB 1998) This contract incorporates one or more clauses by reference,with the same force and effect as if they were given in full text.Upon request,the Contracting Officer will make their full text available.Also,the full text of a clause may be accessed electronically at this/these address(es): FAR: https://farsite.hil l.af.mil; http://www.arnet.gov/far; DFARS: http://www.acq.osd.mil/dpap/dars/index.html NMCARS: http://acquisition.navy.mil/policy_and_guidance/nmcars_nmcag NFAS: http://acq.navfac.navy.mil (End of clause) FAC 5252.209-9300 ORGANIZATIONAL CONFLICTS OF INTEREST (JUN 1994) The restrictions described herein shall apply to the Contractor and its affiliates,consultants and subcontractors under this contract. If the Contractor under this contract prepares or assists in preparing a statement of work,specifications and plans,the Contractor and its affiliates shall be ineligible to bid or participate, in any capacity,in any contractual effort which is based on such statement of work or specifications and plans as a prime contractor,subcontractor,consultant or in any similar capacity. The Contractor shall not incorporate its products or services in such statement of work or specification unless so directed in writing by the Contracting Officer,in which case the restriction shall not apply. This contract shall include this clause in its subcontractors'or consultants' agreements concerning the performance of this contract. 5252.228-9302 BID GUARANTEE(JAN 1996) N6945019C4001 Page 20 of 30 To assure the execution of the contract and the performance and payment bonds,each bidder/offeror shall submit with its bid/offer a guarantee bond(Standard Form 24)executed by a surety company holding a certificate of authority from the Secretary of the Treasury as an acceptable surety, or other security as provided in FAR Clause 52.228-1, "Bid Guarantee". Security shall be in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted,but in no case to exceed$3,000,000. The bid guarantee bond shall be accompanied by a document authenticating the agent's authority to sign bonds for the surety company. FAC 5252.228-9305 NOTICE OF BONDING REQUIREMENTS(DEC 2000) (a) Within_15_days after receipt of award,the bidder/offeror to whom the award is made shall furnish the following bond(s)each with satisfactory security: _X_A Performance Bond(Standard Form 25). The performance bond shall be in a penal sum equal to 100%percent of the contract price. _X_A Payment Bond(Standard Form 25A). The payment bond shall be in a penal sum equal to 100%of the contract price. (b) Any surety company holding a certificate of authority from the Secretary of Treasury as an acceptable Surety on Federal bonds will be accepted. Individual sureties will be permitted as prescribed in FAR 28.203 and FAC 5252.228-9300. Alternative types of security in lieu of furnishing sureties on performance and/or payment bonds will be permitted as prescribed in FAR 28.204,and will be held for at least one year after the completion of the contract. Additional bond security may be required as prescribed in FAR 52.228-2. Bonds shall be accompanied by a document authenticating the agent's authority to sign bonds for the surety company. (c) The contract time for purposes of fixing the completion date,default,and liquidated damages shall begin to run days from the date of award,regardless of when performance and payment bonds or deposits in lieu of surety are executed. 5252.232-9301 INVOICING PROCEDURES ELECTRONIC(NOV 2009) (a)In accordance with DFARS Clause 252.232-7003 titled"Electronic Submission of Payment Requests", this contract/order requires use of the DoD Wide Area Workflow(WAWF)system for the submission of invoices. This web-based system,located at https://wawf.eb.mil,provides the technology for Government contractors and authorized Department of Defense(DoD)personnel to generate,capture and process receipt and payment-related documentation in a paperless environment.Invoices rendered under this contract shall be submitted electronically through WAWF.Submission of hard copy DD250/invoices will no longer be accepted for payment. (b)It is recommended that the person in your company designated as the Central Contractor Registration(CCR)Electronic Business Point of Contact(EBPOC),and anyone responsible for the submission of invoices,use the online training system for WAWF at http://wawftraining.com.The Vendor,Group Administrator(GAM),and sections marked with an asterisk in the training system should be reviewed. Additional Vendor information is also available at http://acquisition.navy.mil/rda/home/acquisition one source/ebusiness/don ebusiness solutions/wawf overview/ve ndor information.Here you will find information on"Getting Started"as well as"Quick Reference Guides". (c)Within ten(10)days after award,the designated CCR EBPOC is responsible for activating the company's CAGE code in WAWF by calling 1-866-618-5988 for the DISA WAWF Helpdesk,email address N6945019C4001 Page 21 of 30 cscassig@csd.disa.mil.Once the company's CAGE code is activated,the CCR EBPOC must self-register under the company's CAGE code on WAWF and follow the instructions for a group administrator.After the company is set- up on WAWF,any additional persons responsible for submitting invoices must self-register under the company's CAGE code at https://wawf.eb.mil. (d)The contractor shall use the following document type,DODAAC codes with corresponding extensions,and inspection and acceptance locations when submitting invoices in WAWF: SEE WAWF CLAUSE Note: Supporting documentation must be attached.File names cannot contain spaces or special characters, except underscore" "which is an acceptable character.There is NO maximum to the number of files that can be attached to an invoice,however EACH file is limited to a maximum file size UNDER 2 megabytes. (e)Before closing out of an invoice session in WAWF,but after submitting the document(s),you will be prompted to"Send More Email Notifications."Select"Send More Email Notification"and add additional email addresses noted above in the first email address blocks.This additional notification to the Government is important to ensure that the specific acceptor/receiver is aware the invoice documents have been submitted into WAWF. (f)If you have any questions regarding WAWF,please contact the WAWF DFAS helpdesk at 877-251-WAWF (9293)or email address of CCL-EC-Navy-WAWF-helpdesk@dfas.mil,or the NAVFAC WAWF point of contact identified above in section(d). (End of clause) FAC 5252.236-9301 SPECIAL WORKING CONDITIONS AND ENTRY TO WORK AREA(JUN 1994) Denial of entry to the work areas under this contract may be required by the Government under certain circumstances where the Contractor's work or presence would constitute a safety or security hazard to ordnance storage or handling operations. Restrictions covering entry to and availability of the work areas are as follows: a. Entry. Entry to work areas located within the special Security Limited areas,defined as those work areas located within the existing security fence, can be granted subject to special personnel requirements as specified herein and to other normal security and safety requirements. Complete denial of entry to the Limited Area may be required during brief periods of one to two hours (normally) and on rare occasions of two to four hours. For bidding purposes, the Contractor shall assume denial of entry to the work areas in the Limited Area of six 2-hour denials and one 4-hour denial per month. b. Vehicle Delay. The Contractor shall also assume for bidding purposes that,in addition to site denial,each vehicle and/or unit of construction equipment will be delayed during each movement through the security gate,both entering and leaving the limited area. Delays will average 1 Hour Operational Considerations. To reduce delay time while preserving required security,the following points should be considered in operational planning: a. Vehicle Search. Security regulations required that all vehicles, when authorized to enter the Limited Area be thoroughly searched by guard force personnel. Such a search will be required for all vehicle/construction equipment. Accordingly,once a vehicle or unit of construction equipment has been cleared,it may be left in the Limited Area after initial entry has been made. For the period of time authorized the vehicle/equipment left in the Limited Area will be assigned parking areas by the Contracting Officer. The vehicle/equipment must be secured as specified in paragraph entitled"SECURITY REQUIREMENTS." The intent is to reduce the Contractor loss of time at the security gate. No private vehicles will be allowed to enter the Limited Area. N6945019C4001 Page 22 of 30 b. Delivery Vehicles. Vehicles delivering construction materials will be inspected by guard force personnel while the driver is being processed for entry into the Limited Area. The driver and vehicle will then be escorted in the Limited Area by a Security Escort. To provide this service, delivery schedules should be promulgated in advance and vendors made aware that a reasonable delay can be expected if delivery is other than the time specified. Deliveries after 1600 hours will not be allowed entry into the Limited Area without prior approval of the Physical Security Officer. 5252.236-9310-RECORD DRAWINGS(OCT 2004) The Contractor shall maintain at the job site two sets of full-size prints of the contract drawings,accurately marked in red with adequate dimensions,to show all variations between the construction actually provided and that indicated or specified in the contract documents,including buried or concealed construction. Special attention shall be given to recording the horizontal and vertical location of all buried utilities that differ from the final government- accepted drawings. Existing utility lines and features revealed during the course of construction,shall also be accurately located and dimensioned.Variations in the interior utility systems shall be clearly defined and dimensioned;and coordinated with exterior utility connections at the building five-foot line,where applicable. Existing topographic features which differ from those shown on the contract drawings shall also be accurately located and recorded.Where a choice of materials or methods is permitted herein,or where variations in scope or character of methods is permitted herein,or where variations in scope or character of work from that of the original contract are authorized,the drawings shall be marked to define the construction actually provided. The representations of such changes shall conform to standard drafting practice and shall include such supplementary notes,legends,and details as necessary to clearly portray the as-built construction. These drawings shall be available for review by the Contracting Officer at all times. Upon completion of the work,both sets of the marked up prints shall be certified as correct,signed by the Contractor,and delivered to the Contracting Officer for his approval before acceptance. Requests for partial payments will not be approved if the marked prints are not kept current,and request for final payment will not be approved until the marked prints are delivered to the Contracting Officer. (End of clause) N6945019C4001 Page 23 of 30 Section 00800-Special Contract Requirements WAGE DETERMINATION General Decision Number: TX180342 09/14/2018 TX342 Superseded General Decision Number: TX20170342 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or 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 09/14/2018 BOIL0074-003 01/01/2017 Rates Fringes BOILERMAKER $ 28.00 22.35 ELECO278-002 08/28/2016 Rates Fringes ELECTRICIAN $ 25.20 7.91 ENGI0178-005 06/01/2014 Rates Fringes N6945019C4001 Page 24 of 30 POWER EQUIPMENT OPERATOR (1) Tower Crane $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above $ 28.75 10. 60 (3) Hydraulic cranes 59 Tons and under $ 27.50 10.60 * IRON0084-011 06/01/2018 Rates Fringes IRONWORKER, ORNAMENTAL $ 23.77 7.12 SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER $ 20.04 0.00 CARPENTER $ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER $ 15.33 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) $ 19.77 7 .13 IRONWORKER, REINFORCING $ 12.27 0.00 IRONWORKER, STRUCTURAL $ 22.16 5.26 LABORER: Common or General $ 9. 68 0.00 LABORER: Mason Tender - Brick $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete $ 10.58 0.00 LABORER: Pipelayer $ 12.49 2.13 LABORER: Roof Tearoff $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 13.93 0.00 OPERATOR: Bulldozer $ 18.29 1.31 OPERATOR: Drill $ 16.22 0.34 OPERATOR: Forklift $ 14 .83 0.00 N6945019C4001 Page 25 of 30 OPERATOR: Grader/Blade $ 13.37 0.00 OPERATOR: Loader $ 13.55 0.94 OPERATOR: Mechanic $ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 16.03 0.00 OPERATOR: Roller $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) $ 14 .45 0.00 PIPEFITTER $ 25.80 8.55 PLUMBER $ 25.64 8.16 ROOFER $ 13.75 0.00 SHEET METAL WORKER (HVAC Duct Installation Only) $ 22.73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation $ 21.13 6.53 TILE FINISHER $ 11.22 0.00 TILE SETTER $ 14 .74 0.00 TRUCK DRIVER: Dump Truck $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck $ 19.65 8 .57 TRUCK DRIVER: Semi-Trailer Truck $ 12.50 0.00 TRUCK DRIVER: Water Truck $ 12.00 4 .11 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 E0, 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 N6945019C4001 Page 26 of 30 health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates N6945019C4001 Page 27 of 30 the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor N6945019C4001 Page 28 of 30 200 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 ACCOUNTING AND APPROPRIATION DATA AA:97X4930 NE1K 000 77777 0 069450 2F 000000 COST CODE:69450RCC9101 AMOUNT:$232,411.38 ACRN CLIN/SLIN CIN AMOUNT AA 000101 000000000000000000000000000000 $68,372.73 000201 000000000000000000000000000000 $164,038.65 252.232-7006 WAWF 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS(MAY 2013) (a)Definitions. As used in this clause-- N6945019C4001 Page 29 of 30 Department of Defense Activity Address Code(DoDAAC)is a six position code that uniquely identifies a unit, activity,or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow(WAWF). Local processing office(LPO)is the office responsible for payment certification when payment certification is done external to the entitlement system. (b)Electronic invoicing.The WAWF system is the method to electronically process vendor payment requests and receiving reports,as authorized by DFARS 252.232-7003,Electronic Submission of Payment Requests and Receiving Reports. (c)WAWF access.To access WAWF,the Contractor shall-- (1)Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov;and (2)Be registered to use WAWF at https://wawf.eb.mil/following the step-by-step procedures for self-registration available at this Web site. (d)WAWF training.The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF.Both can be accessed by selecting the"Web Based Training"link on the WAWF home page at https://wawfleb.mil/. (e)WAWF methods of document submission.Document submissions may be via Web entry,Electronic Data Interchange,or File Transfer Protocol. (f)WAWF payment instructions.The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: Contract number,typically in the form N69450-14-M-1234,for example. (1)Document type.The Contractor shall use the following document type(s). Naval Construction/Facilities Management Invoice (2)Inspection/acceptance location.The Contractor shall select the following inspection/acceptance location(s)in WAWF,as specified by the contracting officer. Inspection—N44215 Acceptance—N44215 (3)Document routing.The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC N68732 Issue By DoDAAC N69450 Admin DoDAAC N69450 N6945019C4001 Page 30 of 30 Inspect By DoDAAC N44215 Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver(DoDAAC) N/A Service Acceptor(DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N44215 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4)Payment request and supporting documentation.The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit,fee(if applicable),and all relevant back-up documentation,as defined in DFARS Appendix F, (e.g.timesheets)in support of each payment request. (5)WAWF email notifications.The Contractor shall enter the email address identified below in the"Send Additional Email Notifications"field of WAWF once a document is submitted in the system. joel.overson@navy.mil (6)WAWF point of contact.(1)The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. WAWF Technician: Dana Villarreal (361)516-6210 dana.villarreal@navy.mil Contracting Officer: Joel Overson(361)961-3397 joel.overson@navy.mil (2)For technical WAWF help,contact the WAWF helpdesk at 866-618-5988. (End of clause)