+ All Categories
Home > Documents > SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF...

SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF...

Date post: 05-Jun-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
48
PROJECT TITLE/LOCATION: Dalecarlia Chemical Building Electrical Upgrades, Washington Aqueduct, 5900 MacArthur Boulevard, NW, Washington, DC 20016 SET-ASIDE: Full and Open Competition CONTRACTING POC: Carrie Vien, Phone 410-962-0174, Email [email protected] X NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS NEGOTIATED 13-Dec-2016 (RFP) (IFB) CALL: B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) See Item 7 2. TYPE OF SOLICITATION SEALED BID 3. DATE ISSUED 9. FOR INFORMATION A. NAME SOLICITATION NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) 11. The Contractor shall begin performance w ithin _______ 10 calendar days and complete it w ithin ________ 574 calendar days after receiving aw ard, X notice to proceed. This performance period is mandatory, negotiable. (See _________________________ SEC 00100 12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) X YES NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed of fers in original and __________ 2 copies to perform the w ork required are due at the place specified in Item 8 by ___________ local time ______________ 17 Jan 2016 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. 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 X is, is not required. C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than _______ 90 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected. SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 7. ISSUED BY CODE U.S. ARMY CORPS OF ENGINEERS, BALTIMORE CONTRACTING DIVISION 10 S. HOWARD STREET ROOM 7000 BALTIMORE MD 21201 W912DR PAGE OF PAGES 1 OF CODE (Title, identifying no., date): .) 12B. CALENDAR DAYS 10 10:00 AM (hour) Sealed envelopes containing offers 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. 8. ADDRESS OFFER TO (If Other Than Item 7) FAX: TEL: 410-962-2196 TEL: FAX: W912DR-17-B-0003 48
Transcript
Page 1: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

PROJECT TITLE/LOCATION: Dalecarlia Chemical Building Electrical Upgrades, Washington Aqueduct, 5900 MacArthur Boulevard, NW, Washington, DC 20016

SET-ASIDE: Full and Open Competition

CONTRACTING POC: Carrie Vien, Phone 410-962-0174, Email [email protected]

X

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

NEGOTIATED

13-Dec-2016

(RFP)

(IFB)

CALL:B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)

See Item 7

2. TYPE OF SOLICITATION

SEALED BID

3. DATE ISSUED

9. FOR INFORMATION A. NAME

SOLICITATION

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)Prescribed by GSA

FAR (48 CFR) 53.236-1(e)

11. The Contractor shall begin performance w ithin _______10 calendar days and complete it w ithin ________574 calendar days after receiving

aw ard, X notice to proceed. This performance period is mandatory, negotiable. (See _________________________SEC 00100

12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?(If "YES," indicate within how many calendar days after award in Item 12B.)

X YES NO

13. ADDITIONAL SOLICITATION REQUIREMENTS:

A. Sealed offers in original and __________2 copies to perform the w ork required are due at the place specified in Item 8 by ___________

local time ______________17 Jan 2016 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time.

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 X is, is not required.

C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

D. Offers providing less than _______90 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected.

SOLICITATION, OFFER,

AND AWARD(Construction, Alteration, or Repair)

1. SOLICITATION NO.

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

4. CONTRACT NO.

7. ISSUED BY CODE

U.S. ARMY CORPS OF ENGINEERS, BALTIMORECONTRACTING DIVISION10 S. HOWARD STREETROOM 7000BALTIMORE MD 21201

W912DR

PAGE OF PAGES

1 OF

CODE

(Title, identifying no., date):

.)

12B. CALENDAR DAYS

10

10:00 AM (hour)

Sealed envelopes containing offers

5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.

8. ADDRESS OFFER TO (If Other Than Item 7)

FAX:TEL: 410-962-2196 TEL: FAX:

W912DR-17-B-0003 48

Page 2: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

20B. SIGNATURE

(REV. 4-85)STANDARD FORM 1442 BACK

TO SIGN

NSN 7540-01-155-3212

SOLICITATION, OFFER, AND AWARD (Continued)(Construction, Alteration, or Repair)

CODE FACILITY CODE

17. The offeror agrees to perform the w ork required at the prices specif ied below in strict accordance w ith the terms of this solicitation, if this offer isaccepted by the Government in w riting w ithin ________ calendar days after the date offers are due.

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 amendments to the solicitation -- give number and date of each)

AMENDMENT NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGNOFFER (Type or print)

AWARD (To be completed by Government)

21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

(4 copies unless otherwise specified)

CODE

(Insert any number equal to or greater than

20C. OFFER DATE

25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

10 U.S.C. 2304(c) 41 U.S.C. 253(c)

CODE27. PAYMENT WILL BE MADE BY:26. ADMINISTERED BY

(Include ZIP Code)14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NO. (Include area code)

See Item 14

(Include only if different than Item 14)16. REMITTANCE ADDRESS

30B. SIGNATURE

29. AWARD (Contractor is not required to sign this document.)

document and return _______ copies to issuing office.) Contractor agrees Your of f er on this solicitation, is hereby accepted as to the items listed. This award con-

to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation and

on this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document is

contract. The rights and obligations of the parties to this contract shall be necessary .

gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,

representations, certif ications, and specif ications or incorporated by ref er-

ence in or attached to this contract.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)

30C. DATE

(Type or print)

TEL: EMAIL:

31B. UNITED STATES OF AMERICA 31C. AWARD DATE

BY

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

(Contractor is required to sign this28. NEGOTIATED AGREEMENT

(M ust be fully completed by offeror)OFFER

Page 3: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 3 of 48

Section 00100 - Bidding Schedule/Instructions to Bidders NOTE TO OFFERORS CONSTRUCTION DURATION The anticipated construction duration for this procurement is 574 calendar days. MAGNITUDE OF CONSTRUCTION PROJECT The estimated magnitude of construction is between $5,000,000 and $10,000,000. REQUESTS FOR INFORMATION Requests for information shall be submitted to Ms. Carrie Vien via email at [email protected] no later than COB December 28, 2016 / 2:00 pm. DELIVERY OF BIDS/PROPOSALS Bids/Proposals shall be delivered in person or mailed to the following address: Contracting Division, Baltimore District, Corps of Engineers Room 7000 City Crescent Building 10th South Howard Street Baltimore, Maryland 21201 EVIDENCE OF AUTHORITY TO SIGN BIDS/PROPOSALS Evidence of the authority of individuals signing bids/proposals to submit firm bids/proposals on behalf of the bidder/offeror is required except where the bid/offer is signed, and shows that it is so signed, by: The President, Vice-President, or Secretary of Incorporated bidders; a partner in case of partnership; the owner in the case of sole proprietorships. Failure to submit with the bid satisfactory evidence of authority of all other persons may be cause for rejection of bid as an invalid or non-responsive bid. CONTRACTOR MANPOWER REPORTING IAW AFARS 5137.9601(b) and with DoD Memorandum, dated 28 November 2012, titled, “Enterprise-wide Contractor Manpower Reporting Application (eCMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://cmra.army.mil/default.aspx?ReturnUrl=%2f. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year of contract/task order performance. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil to review user manuals and gain an understanding about the data fields that will be included in the reporting structure that is hosted at http://www.ecmra.mil/. TESTING LABORATORIES Testing is required to be performed by the Contractor as part of his Quality Control program to verify contract compliance. This Quality Control Testing is to be conducted by a project or commercial laboratory which has been found adequate and qualified by a Corps of Engineers Division Laboratory Inspection team.

Page 4: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 4 of 48

(a) A composite listing of approved testing laboratories within the North Atlantic Division is available on the following website: http://www.erdc.usace.army.mil/Portals/55/docs/CEERD-GV/CEERD-GMC/ 150204_CEERDGMC_ValidatedLabs.pdf. The Contractor should engage the services of a laboratory contained in the composite list. (b) The Contractor may engage the services of a laboratory other than those contained in the aforementioned list provided:

(1) The Contractor identifies and proposes the unapproved laboratory a minimum of 90 days prior to the start of testing. This time is necessary to allow for scheduling an inspection by a Corps of Engineers Division Laboratory team. The time for Government inspection will not be the basis for an increase in the contract performance period. (2) All costs of Government inspection shall be the responsibility of the contractor. (3) The process for requesting Government inspection and approval prior to award may be found at the following link: http://acwc.sdp.sirsi.net/client/en_US/search/asset/1045310.

PRIMARY CONTRACTING OFFICER Only a warranted Contracting Officer, acting within their delegated limits, has the authority to issue modifications Or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer. SUBMISSION OF INVOICES (a) Original invoices for services performed under the contract will be submitted to and payment will be made by: USACE Finance Center ATTN: Disbursing 5722 Integrity Drive Millington, TN 38054-5005 (b) One copy of all invoices shall be forwarded to the following for review and certification: It is preferred that the Contractor hand delivers their invoice to the designated Project Engineer and follow the Construction Quality Control (CQC) process to utilize the Resident Management System (RMS) providing for: 1) Contractor's invoice on ENG Form 93, which shall show, in summary form, the basis for arriving at the amount of the invoice. 2) Contractor's monthly estimate for voucher with an update of the work completed under the contract measured as percent or as specified quantities, with subcontractor and supplier payment certification. 3) Prompt payment certification 4) Updated submittal register EFT FORM The Electronic Funds Transfer (EFT) form (attached) shall be completed if the bidder/offer does not have a current contract with the U.S. Army Corps of Engineers, Baltimore District. The completion and processing of this form ensures that Electronic Funds Transfer will make payment under a resultant contract. (See attached EFT form) STANDARD FORM LLL, DISCLOSURE OF LOBBYING ACTIVITIES LOCATION The Standard Form LLL “Disclosure of Lobbying Activities” and Instructions for Completion of SF LLL, Disclosure of Lobbying Activities (See attached SF LLL form) ATTACHMENTS The following attachments have been included in this solicitation and shall be provided with the contractor’s

Page 5: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 5 of 48

bid/proposal. 1. EFT 2. SF LLL 3. (S-1 02) 4. Certificate of Corporate Authority

Page 6: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 6 of 48

CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal or signed contract if the bidder/offeror is a corporation.)

CERTIFICATE

I,______________________________ , certify that I am the _______________________________ of the corporation named as bidder/offeror therein, that , who signed this bid/proposal on behalf of the bidder/offeror, was then of said corporation; that said bid/proposal was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. By: ______________________________________ (Corporate Seal) (Signature) _______________________________________ (Typed Name of Corporation) NOTE: A CORPORATE OFFICER OTHER THAN THE OFFICER SIGNING THE BID/PROPOSAL MUST FILL OUT AND SIGN THIS FORM.

Page 7: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 7 of 48

PRICE SCHEDULE DALECARLIA CHEMICAL BUILDING ELECTRICAL UPGRADE PROJECT PRICE SCHEDULE

Item No.

Description Amount

BASE BID

0001 All costs in connection with construction of the Dalecarlia Chemical Building Electrical Upgrade project, complete as shown on the drawings and as specified, but exclusive of the work covered under Optional Item 0002 below

$

TOTAL BASE BID AMOUNT: $

OPTIONAL ITEMS

0002 All costs in connection with construction of Bid Option 1 complete, as shown on the drawings and as specified.

$

TOTAL BASE AND OPTION BID AMOUNT: $

NOTES TO OFFERORS

Offerors must quote on all items including Optional Items. Failure to quote on all items may be cause for rejection of the proposal.

Optional Items may be exercised at any time within 90 calendar days after contract award. The Contracting Officer may exercise the Optional Bid Items by written notice to the Contractor, postmarked within the period specified above. The Government may exercise any, all or none of the listed Optional Bid Items in any order.

No additional time for contract completion will be allowed when an Optional Item is exercised.

Page 8: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 8 of 48

STATEMENT OF WORK The scope includes the replacement of electrical systems in the Dalecarlia Chemical Building to include feeder cables, switchgears, transformers, distribution panels and their associated wiring. Other features of the project include the replacement of a freight elevator; replacement of air compressors and associated components; improvements/modifications to basement air handling units; installation of backflow prevention devices and some architectural upgrades to include renovation and expansion of bathrooms, lockers and office space. The main focus of the project is to replace electrical systems in the Dalecarlia Chemical Building to include feeder cables, switchgears, transformers, distribution panels and their associated wiring. Other features of the project include the replacement of a freight elevator; replacement of air compressors and associated components; improvements/modifications to basement air handling units; installation of backflow prevention devices and some architectural upgrades to include renovation and expansion of bathrooms, lockers and office space. The Dalecarlia Chemical Building is a critical component in the water production mission of the Washington Aqueduct and unscheduled or prolonged outages would adversely affect its mission. Therefore, an experienced contractor with resources and expertise to handle the following project constraints is needed: i. The work has to be carefully sequenced and conducted in phases to ensure minimal impact to water production. ii. The Contractor will have to carefully plan his work, especially outages impacting plant operations, such that

any outage is no more than 6 hours in duration. iii. The Contractor shall provide temporary power to vital equipment during outages so that chemical feeds and

monitoring is not disrupted. iv. The Contractor shall plan for and execute his work such that, in case of an emergency, impacted equipment

could be returned to service within 4 hours. v. The Contractor will be working in limited interior spaces and around equipment that must remain operational

during execution of work under this contract.

Page 9: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 9 of 48

CLAUSES INCORPORATED BY REFERENCE 52.214-3 Amendments To Invitations For Bids DEC 1989 52.214-4 False Statements In Bids APR 1984 52.214-5 Submission Of Bids MAR 1997 52.214-6 Explanation To Prospective Bidders APR 1984 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids NOV 1999 52.214-18 Preparation of Bids-Construction APR 1984 52.214-29 Order Of Precedence--Sealed Bidding JAN 1986 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.219-9 Small Business Subcontracting Plan NOV 2016 CLAUSES INCORPORATED BY FULL TEXT 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) (a) Definitions. As used in this provision-- Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the System for Award Management SAM database means that-- (1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record ``Active''.

Page 10: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 10 of 48

(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of clause) CLAUSES INCORPORATED BY FULL TEXT

Page 11: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 11 of 48

52.214-12 PREPARATION OF BIDS (APR 1984) (a) Bidders are expected to examine the drawings, specifications, Schedule, and all instructions. Failure to do so will be at the bidder's risk. (b) Each bidder shall furnish the information required by the solicitation. The bidder shall sign the bid and print or type its name on the Schedule and each continuation sheet on which it makes an entry. Erasures or other changes must be initialed by the person signing the bid. Bids signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. (c) For each item offered, bidders shall (1) show the unit price, including, unless otherwise specified, packaging, packing, and preservation and (2) enter the extended price for the quantity of each item offered in the "Amount" column of the Schedule. In case of discrepancy between a unit price and an extended price, the unit price will be presumed to be correct, subject, however, to correction to the same extent and in the same manner as any other mistake. (d) Bids for supplies or services other than those specified will not be considered unless authorized by the solicitation. (e) Bidders must state a definite time for delivery of supplies or for performance of services, unless otherwise specified in the solicitation. (f) Time, if stated as a number of days, will include Saturdays, Sundays, and holidays. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.214-19 CONTRACT AWARD--SEALED BIDDING--CONSTRUCTION (AUG 1996) (a) The Government will evaluate bids in response to this solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation. (b) The Government may reject any or all bids, and waive informalities or minor irregularities in bids received. (c) The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the bid. (d) The Government may reject a bid as nonresponsive if the prices bid are materially unbalanced between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment. (End of provison)

Page 12: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 12 of 48

CLAUSES INCORPORATED BY FULL TEXT 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm fixed-price construction contract resulting from this solicitation. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS--SECONDARY SITE OF THE WORK (MAY 2014) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements,of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. (End of provision) 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Goals for minority participation for each trade

Goals for female participation for each trade

28% 6.9%

Page 13: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 13 of 48

These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the -- (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is District of Columbia Statewide. (End of provision) 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT--CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. “Commercially available off-the-shelf (COTS) item,” “construction material,” “domestic construction material,” and “foreign construction material,” as used in this provision, are defined in the clause of this solicitation entitled “Buy American --Construction Materials” (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American statute should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American statute before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American statute, based on claimed unreasonable cost of domestic construction material, by adding to the

Page 14: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 14 of 48

offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested-- (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. (End of provision) 52.228-1 BID GUARANTEE (SEP 1996) (a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds, (1) to unsuccessful bidders as soon as practicable after the opening of bids, and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.- (c) The amount of the bid guarantee shall be 20% percent of the bid price or $3,000,000, whichever is less.- (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.- (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. (End of provision)

Page 15: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 15 of 48

52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Email: [email protected] For mailed protests or written mailed protest: ATTN: CENAB-CT Room 7000, City Crescent Building 10 South Howard Street Baltimore, Maryland, 21201 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting:

Name: Nathan Cole Address: [email protected] Telephone: 202-764-2776 A pre-bid site visit will be held at 1030 hrs. on December 21, 2016 at the Dalecarlia WTP (coords. 38.938854, -77.112201) located at 5900 MacArthur Blvd. NW. Washington, DC 20016. Individuals interested in attending the site visit MUST submit their Name, Company Name, Date of Birth, Driver's License Number and issuing State to Nathan Cole by email ([email protected]) no later than 2:00 p.m. on the business day before the site visit in order to be admitted to the site. Upon arriving for the site visit, individuals will be required to show their Driver's License. Individuals who do not have a driver's license will need to submit the information from a government issued ID (State or Federal) and be prepared to show that ID upon arrival. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

Page 16: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 16 of 48

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html (End of provision) CLAUSES INCORPORATED BY FULL TEXT 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): http://acquisition.gov/far/index.html (End of clause) CLAUSES INCORPORATED BY FULL TEXT 252.228-7004 BONDS OR OTHER SECURITY (DEC 1991) (a) Offerors shall furnish a bid guarantee in the amount of $20% or $3.0 million whichever is less with their bids. The Offeror receiving notice of award shall furnish-- (1) A performance bond in the penal amount of $equal to the proposed cost; and (2) Payment in full of any sum due the Government. (b) The Contractor shall furnish the performance bond to the Contracting Officer within 10 calendar days after receipt of the notice of award. The Contracting Officer will not issue the notice to proceed until receipt of an acceptable performance bond and payment of any sum due the Government. (c) Bonds supported by sureties whose names appear on the list contained in Treasury Department Circular 570 are acceptable. Performance bonds from individual sureties are acceptable if each person acting as a surety provides a SF 28, Affidavit of Individual Surety, and a pledge of assets acceptable to the Contracting Officer. (End of clause)

Page 17: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 17 of 48

Section 00600 - Representations & Certifications CLAUSES INCORPORATED BY REFERENCE 52.204-19 Incorporation by Reference of Representations and

Certifications. DEC 2014

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

JUL 2013

52.222-38 Compliance With Veterans' Employment Reporting Requirements

FEB 2016

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

OCT 2015

CLAUSES INCORPORATED BY FULL TEXT 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238210. (2) The small business size standard is $15,000,000. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: (X) Paragraph (d) applies. ( ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

Page 18: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 18 of 48

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(v) 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations--Representation.

(vi) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(vii) 52.209-11, Representation by Corporations Regarding elinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(viii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xi) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xvi) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

(xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

Page 19: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 19 of 48

(xviii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

(xix) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxii) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

(i) 52.204-17, Ownership or Control of Offeror.

(ii) 52.204-20, Predecessor of Offeror.

(iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

(iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

(v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

(vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

(vii) 52.227-6, Royalty Information.

(A) Basic.

(B) Alternate I.

(viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by

Page 20: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 20 of 48

reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. ------------------------------------------------------------------------ FAR Clause Title Date Change ------------------------------------------------------------------------ ------ ---------- ------ ------ ------------------------------------------------------------------------

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the

representations and certifications posted on SAM.

(End of provision)

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction.

Page 21: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 21 of 48

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014) (a) Definitions. As used in this provision-- Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision.

Page 22: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 22 of 48

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___ --[insert NAICS code]. (2) The small business size standard is ___ --[insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

Page 23: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 23 of 48

(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice.

Page 24: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 24 of 48

(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall— (i) Be punished by imposition of fine, imprisonment, or both;

(ii) Be subject to administrative remedies, including suspension and debarment; and

(iii) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

Page 25: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 25 of 48

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code - assigned to contract number . (Contractor to sign and date and insert authorized signer's name and title). (End of clause) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS. (OCT 2015)

Page 26: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 26 of 48

(a) Definitions. As used in this provision-- Person-- (1) Means-- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at [email protected]. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror— (1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies; and (3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if—

Page 27: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 27 of 48

(1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of provision) 52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) (a) The Contractor, under the Assignment of Claims Act, as amended, 31 U.S.C. 3727, 41 U.S.C. 6305 (hereafter referred to as "the Act"), may assign its rights to be paid amounts due or to become due as a result of the performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency. The assignee under such an assignment may thereafter further assign or reassign its right under the original assignment to any type of financing institution described in the preceding sentence. (b) Any assignment or reassignment authorized under the Act and this clause shall cover all unpaid amounts payable under this contract, and shall not be made to more than one party, except that an assignment or reassignment may be made to one party as agent or trustee for two or more parties participating in the financing of this contract. (c) The Contractor shall not furnish or disclose to any assignee under this contract any classified document (including this contract) or information related to work under this contract until the Contracting Officer authorizes such action in writing. (End of clause)

Page 28: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 28 of 48

Section 00700 - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 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

or Improper Activity MAY 2014

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions OCT 2010

52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement

To Inform Employees of Whistleblower Rights APR 2014

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

MAY 2011

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards OCT 2015

52.204-12 Data Universal Numbering System Number Maintenance DEC 2012 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-19 Incorporation by Reference of Representations and

Certifications. DEC 2014

52.208-8 Required Sources for Helium and Helium Usage Data APR 2014 52.208-9 Contractor Use of Mandatory Sources of Supply or Services MAY 2014 52.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.211-13 Time Extensions SEP 2000 52.214-26 Audit and Records--Sealed Bidding OCT 2010 52.214-27 Price Reduction for Defective Certified Cost or Pricing Data -

Modifications - Sealed Bidding AUG 2011

52.214-28 Subcontracting Certified Cost Or Pricing Data--Modifications--Sealed Bidding

OCT 2010

52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--Modifications

AUG 2011

52.215-19 Notification of Ownership Changes OCT 1997 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-8 Utilization of Small Business Concerns OCT 2014 52.219-9 ALT I (Dev)

Small Business Subcontracting Plan (Deviation 2016-O0009) - Alternate I

AUG 2016

52.219-14 Limitations On Subcontracting NOV 2011 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003

Page 29: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 29 of 48

52.222-4 Contract Work Hours and Safety Standards- Overtime Compensation

MAY 2014

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 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

Related Regulations MAY 2014

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 SEP 2016 52.222-27 Affirmative Action Compliance Requirements for

Construction APR 2015

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

Relations Act DEC 2010

52.222-50 Combating Trafficking in Persons MAR 2015 52.222-54 Employment Eligibility Verification OCT 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-2 Affirmative Procurement of Biobased Products Under Service

and Construction Contracts SEP 2013

52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-17 Affirmative Procurement of EPA-Designated Items in Service

and Construction Contracts MAY 2008

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving

AUG 2011

52.225-10 Notice of Buy American Requirement--Construction Materials

MAY 2014

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.226-1 Utilization Of Indian Organizations And Indian-Owned

Economic Enterprises JUN 2000

52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

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 52.228-13 Alternative Payment Protections JUL 2000 52.228-14 Irrevocable Letter of Credit NOV 2014 52.228-15 Performance and Payment Bonds--Construction OCT 2010 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-5 Payments under Fixed-Price Construction Contracts MAY 2014 52.232-13 Notice Of Progress Payments APR 1984 52.232-14 Notice Of Availability Of Progress Payments Exclusively For

Small Business Concerns APR 1984

Page 30: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 30 of 48

52.232-16 Progress Payments APR 2012 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.232-27 Prompt Payment for Construction Contracts MAY 2014 52.232-33 Payment by Electronic Funds Transfer--System for Award

Management JUL 2013

52.232-38 Submission of Electronic Funds Transfer Information with Offer

JUL 2013

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 52.236-5 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 52.236-9 Protection of Existing Vegetation, Structures, Equipment,

Utilities, and Improvements APR 1984

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 52.236-15 Schedules for Construction Contracts APR 1984 52.236-16 Quantity Surveys 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 52.243-3 Changes--Time-And-Material Or Labor-Hours SEP 2000 52.244-2 Subcontracts OCT 2010 52.244-6 Subcontracts for Commercial Items SEP 2016 52.246-21 Warranty of Construction MAR 1994 52.247-64 Preference for Privately Owned U.S. - Flag Commercial

Vessels FEB 2006

52.248-3 Value Engineering-Construction OCT 2015 52.249-2 Alt I Termination for Convenience of the Government (Fixed-

Price) (Apr 2012) - Alternate I SEP 1996

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

Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.203-7998 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010)

FEB 2015

252.204-7000 Disclosure Of Information AUG 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005

Page 31: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 31 of 48

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

DEC 2015

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

The Government of a Country that is a State Sponsor of Terrorism

OCT 2015

252.215-7000 Pricing Adjustments DEC 2012 252.215-7008 Only One Offer OCT 2013 252.215-7009 Proposal Adequacy Checklist JAN 2014 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous Materials SEP 2014

252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7003 Report of Intended Performance Outside the United States

and Canada--Submission with Offer OCT 2015

252.225-7012 Preference For Certain Domestic Commodities AUG 2016 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.227-7023 Drawings and Other Data to become Property of Government MAR 1979 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports JUN 2012

252.232-7010 Levies on Contract Payments DEC 2006 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7002 Obstruction of Navigable Waterways DEC 1991 252.236-7004 Payment for Mobilization and Demobilization DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 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 52.225-9 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.

Page 32: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 32 of 48

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. 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

Page 33: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 33 of 48

(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). (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:

Page 34: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 34 of 48

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) 52.231-5000 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE MAR 1995)--EFARS (a) This clause does not apply to terminations. See 52.249-5000, Basis for Settlement of Proposals and FAR Part 49. (b) Allowable cost for construction and marine plant and equipment in sound workable condition owned or controlled and furnished by a contractor or subcontractor at any tier shall be based on actual cost data for each piece of equipment or groups of similar serial and series for which the Government can determine both ownership and operating costs from the contractor's accounting records. When both ownership and operating costs cannot be determined for any piece of equipment or groups of similar serial or series equipment from the contractor's accounting records, costs for that equipment shall be based upon the applicable provisions of EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region ____. Working conditions shall be considered to be average for determining equipment rates using the schedule unless specified otherwise by the contracting officer. For equipment not included in the schedule, rates for comparable pieces of equipment may be used or a rate may be developed using the formula provided in the schedule. For forward pricing, the schedule in effect at the time of negotiations shall apply. For retroactive pricing, the schedule in effect at the time the work was performed shall apply. (c) Equipment rental costs are allowable, subject to the provisions of FAR 31.105(d)(ii) and FAR 31.205-36. Rates for equipment rented from an organization under common control, lease-purchase arrangements, and sale-leaseback arrangements, will be determined using the schedule, except that actual rates will be used for equipment leased from an organization under common control that has an established practice of leasing the same or similar equipment to unaffiliated lessees. (d) When actual equipment costs are proposed and the total amount of the pricing action exceeds the small purchase threshold, the contracting officer shall request the contractor to submit either certified cost or pricing data, or partial/limited data, as appropriate. The data shall be submitted on Standard Form 1411, Contract Pricing Proposal Cover Sheet.

(End of clause)

Page 35: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 35 of 48

52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984) The Contractor shall perform on the site, and with its own organization, work equivalent to at least 20% percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. (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): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/html http://www.arnet.gov/far (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.236-7001 CONTRACT DRAWINGS AND SPECIFICATIONS (AUG 2000) (a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications, except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by the Contracting Officer. (b) The Contractor shall-- (1) Check all drawings furnished immediately upon receipt; (2) Compare all drawings and verify the figures before laying out the work;

Page 36: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 36 of 48

(3) Promptly notify the Contracting Officer of any discrepancies; (4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and (5) Reproduce and print contract drawings and specifications as needed. (c) In general-- (1) Large-scale drawings shall govern small-scale drawings; and (2) The Contractor shall follow figures marked on drawings in preference to scale measurements. (d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications. (e) The work shall conform to the specifications and the contract drawings identified on the following index of drawings: Plans are: No. 40.14. 132 Plates 1 thru 87 (End of clause)

Page 37: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 37 of 48

Section 00800 - Special Contract Requirements CLAUSES INCORPORATED BY REFERENCE 52.211-13 Time Extensions SEP 2000 52.211-18 Variation in Estimated Quantity APR 1984 52.242-14 Suspension of Work APR 1984 52.246-12 Inspection of Construction AUG 1996 52.246-21 Alt I Warranty of Construction (Mar 1994) - Alternate I APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days 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 five hundred seventy four (574) days from NTP . * The time stated for completion shall include final cleanup of the premises. *The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date. (End of clause) 52.211-12 LIQUIDATED DAMAGES--CONSTRUCTION (SEP 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $989.00 for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (End of clause) WAGE DETERMINATION

WAGE DETERMINATION DECISION

OF THE SECRETARY OF LABOR

The following wage determination will be used to conform with the requirements of the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) of the Contract Clauses*: Decision No. DC160002 dated 12/09/2016

Page 38: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 38 of 48

_________________________ * WAGE DETERMINATIONS: The provisions of the Davis-Bacon Act also apply to employees who work at off-site facilities such as batch plants, rock quarries, sand pits, and the like, which are setup exclusively to furnish material to the on-site construction site. Accordingly, contractors are required to maintain complete records on such employees. However, operations of a “commercial supplies” or “material-man” established in proximity to but not on the actual site of work prior to the opening of bids are not covered by the Act even if dedicated exclusively to the Federal project for a time. (29 CFR 5.2 (1)) General Decision Number: DC160002 12/09/2016 DC2 Superseded General Decision Number: DC20150002 State: District of Columbia Construction Type: Building County: District of Columbia Statewide. 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 $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing

Page 39: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 39 of 48

on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 01/15/2016 2 02/19/2016 3 05/20/2016 4 06/03/2016 5 06/10/2016 6 06/17/2016 7 07/01/2016 8 07/08/2016 9 07/22/2016 10 08/05/2016 11 09/30/2016 12 10/07/2016 13 11/04/2016 14 11/18/2016 15 12/09/2016 ASBE0024-007 10/01/2016 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR........................$ 35.03 15.32 Includes the application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems ---------------------------------------------------------------- ASBE0024-008 10/01/2016 Rates Fringes ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER.................$ 22.36 6.79 Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems ---------------------------------------------------------------- ASBE0024-014 10/01/2016 Rates Fringes FIRESTOPPER......................$ 27.56 7.23

Page 40: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 40 of 48

Includes the application of materials or devices within or around penetrations and openings in all rated wall or floor assemblies, in order to prevent the pasage of fire, smoke of other gases. The application includes all components involved in creating the rated barrier at perimeter slab edges and exterior cavities, the head of gypsum board or concrete walls, joints between rated wall or floor components, sealing of penetrating items and blank openings. ---------------------------------------------------------------- BRDC0001-002 05/01/2016 Rates Fringes BRICKLAYER.......................$ 30.61 9.67 ---------------------------------------------------------------- CARP0177-003 05/01/2016 Rates Fringes CARPENTER, Includes Drywall Hanging, Form Work, and Soft Floor Laying-Carpet..............$ 27.81 9.93 ---------------------------------------------------------------- CARP0179-001 05/01/2016 Rates Fringes PILEDRIVERMAN....................$ 29.19 9.45 ---------------------------------------------------------------- CARP0219-001 04/01/2016 Rates Fringes MILLWRIGHT.......................$ 32.04 9.93 ---------------------------------------------------------------- ELEC0026-016 06/06/2016 Rates Fringes ELECTRICIAN, Includes Installation of HVAC/Temperature Controls........$ 43.70 16.06 ---------------------------------------------------------------- * ELEC0026-017 09/05/2016 Rates Fringes ELECTRICAL INSTALLER (Sound & Communication Systems).........$ 27.55 10.20 SCOPE OF WORK: Includes low voltage construction, installation, maintenance and removal of teledata

Page 41: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 41 of 48

facilities (voice, data and video) including outside plant, telephone and data inside wire, interconnect, terminal equipment, central offices, PABX, fiber optic cable and equipment, railroad communications, micro waves, VSAT, bypass, CATV, WAN (Wide area networks), LAN (Local area networks) and ISDN (Integrated systems digital network). WORK EXCLUDED: The installation of computer systems in industrial applications such as assembly lines, robotics and computer controller manufacturing systems. The installation of conduit and/or raceways shall be installed by Inside Wiremen. On sites where there is no Inside Wireman employed, the Teledata Technician may install raceway or conduit not greater than 10 feet. Fire alarm work is excluded on all new construction sites or wherever the fire alarm system is installed in conduit. All HVAC control work. ---------------------------------------------------------------- ELEV0010-001 01/01/2016 Rates Fringes ELEVATOR MECHANIC................$ 41.90 29.985+a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, Christmas Day and the Friday after Thanksgiving. b. VACATIONS: Employer contributes 8% of basic hourly rate for 5 years or more of service; 6% of basic hourly rate for 6 months to 5 years of service as vacation pay credit. ---------------------------------------------------------------- IRON0005-005 06/01/2016 Rates Fringes IRONWORKER, STRUCTURAL AND ORNAMENTAL.......................$ 30.85 19.435 ---------------------------------------------------------------- IRON0201-006 05/01/2016 Rates Fringes IRONWORKER, REINFORCING..........$ 27.90 19.13 ---------------------------------------------------------------- LABO0657-015 06/01/2015 Rates Fringes LABORER: Skilled................$ 22.63 7.31 FOOTNOTE: Potmen, power tool operator, small machine

Page 42: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 42 of 48

operator, signalmen, laser beam operator, waterproofer, open caisson, test pit, underpinning, pier hole and ditches, laggers and all work associated with lagging that is not expressly stated, strippers, operator of hand derricks, vibrator operators, pipe layers, or tile layers, operators of jackhammers, paving breakers, spaders or any machine that does the same general type of work, carpenter tenders, scaffold builders, operators of towmasters, scootcretes, buggymobiles and other machines of similar character, operators of tampers and rammers and other machines that do the same general type of work, whether powered by air, electric or gasoline, builders of trestle scaffolds over one tier high and sand blasters, power and chain saw operators used in clearing, installers of well points, wagon drill operators, acetylene burners and licensed powdermen, stake jumper,demolition. ---------------------------------------------------------------- MARB0002-004 05/01/2016 Rates Fringes MARBLE/STONE MASON...............$ 35.91 16.17 INCLUDING pointing, caulking and cleaning of All types of masonry, brick, stone and cement EXCEPT pointing, caulking, cleaning of existing masonry, brick, stone and cement (restoration work) ---------------------------------------------------------------- MARB0003-006 05/01/2016 Rates Fringes TERRAZZO WORKER/SETTER...........$ 27.25 10.68 ---------------------------------------------------------------- MARB0003-007 05/01/2016 Rates Fringes TERRAZZO FINISHER................$ 22.46 9.75 ---------------------------------------------------------------- MARB0003-008 05/01/2016 Rates Fringes TILE SETTER......................$ 27.25 10.68 ---------------------------------------------------------------- MARB0003-009 05/01/2016 Rates Fringes TILE FINISHER....................$ 22.46 9.75 ----------------------------------------------------------------

Page 43: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 43 of 48

PAIN0051-014 06/01/2014 Rates Fringes GLAZIER Glazing Contracts $2 million and under...........$ 24.77 9.85 Glazing Contracts over $2 million.....................$ 28.61 9.85 ---------------------------------------------------------------- PAIN0051-015 06/01/2016 Rates Fringes PAINTER Brush, Roller, Spray and Drywall Finisher............$ 24.89 9.15 ---------------------------------------------------------------- PLAS0891-005 07/01/2013 Rates Fringes PLASTERER........................$ 28.33 5.85 ---------------------------------------------------------------- PLAS0891-006 02/01/2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 27.15 9.61 ---------------------------------------------------------------- PLAS0891-007 08/01/2016 Rates Fringes FIREPROOFER Handler.....................$ 16.50 4.89 Mixer/Pump..................$ 18.50 4.89 Sprayer.....................$ 23.00 4.89 Spraying of all Fireproofing materials. Hand application of Fireproofing materials. This includes wet or dry, hard or soft. Intumescent fireproofing and refraction work, including, but not limited to, all steel beams, columns, metal decks, vessels, floors, roofs, where ever fireproofing is required. Plus any installation of thermal and acoustical insulation. All that encompasses setting up for Fireproofing, and taken down. Removal of fireproofing materials and protection. Mixing of all materials either by hand or machine following manufactures standards. ---------------------------------------------------------------- PLUM0005-010 10/01/2016 Rates Fringes

Page 44: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 44 of 48

PLUMBER..........................$ 40.67 17.10+a a. PAID HOLIDAYS: Labor Day, Veterans' Day, Thanksgiving Day and the day after Thanksgiving, Christmas Day, New Year's Day, Martin Luther King's Birthday, Memorial Day and the Fourth of July. ---------------------------------------------------------------- PLUM0602-008 11/01/2016 Rates Fringes PIPEFITTER, Includes HVAC Pipe Installation................$ 39.89 20.52+a a. PAID HOLIDAYS: New Year's Day, Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day and the day after Thanksgiving and Christmas Day. ---------------------------------------------------------------- ROOF0030-016 05/01/2016 Rates Fringes ROOFER...........................$ 28.75 11.74 ---------------------------------------------------------------- SFDC0669-002 04/01/2016 Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 33.40 18.52 ---------------------------------------------------------------- SHEE0100-015 07/01/2016 Rates Fringes SHEET METAL WORKER (Including HVAC Duct Installation)..........$ 40.27 17.24+a a. PAID HOLIDAYS: New Year's Day, Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and Christmas Day ---------------------------------------------------------------- SUDC2009-003 05/19/2009 Rates Fringes LABORER: Common or General......$ 13.04 2.80 LABORER: Mason Tender -

Page 45: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 45 of 48

Cement/Concrete..................$ 15.40 2.85 LABORER: Mason Tender for pointing, caulking, cleaning of existing masonry, brick, stone and cement structures (restoration work); excludes pointing, caulking and cleaning of new or replacement masonry, brick, stone and cement.................$ 11.67 POINTER, CAULKER, CLEANER, Includes pointing, caulking, cleaning of existing masonry, brick, stone and cement structures (restoration work); excludes pointing, caulking, cleaning of new or replacement masonry, brick, stone or cement...........................$ 18.88 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- 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:

Page 46: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 46 of 48

PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ----------------------------------------------------------------

Page 47: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 47 of 48

WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

Page 48: SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF ...W912DR-17-B-0003 Page 6 of 48 CERTIFICATE OF CORPORATE AUTHORITY (This Certificate shall be submitted as part of the bid/proposal

W912DR-17-B-0003

Page 48 of 48

4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION AT/OPSEC ANTI-TERRORISM/OPERATIONS SECURITY REQUIREMENTS Access and General Protection/Security Policy and Procedures All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. Suspicious Activity Reporting Training The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. Will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. Pre-screen candidates using E-Verify Program The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. End of Text


Recommended