P225, DBB, NSWG_10 UAS Storage Facility N R-0338 Fort Story, Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia

Similar documents
ITA Performance Measurement Report

ITA Performance Measurement Report

REQUEST FOR PROPOSALS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

ITA Performance Measurement Report

An ordinance authorizing the employment of personnel in the Department of General Services of the City of Los Angeles.

RFP No.1-17-C033 Hydrant Fueling Cathodic Protection Phase I March 30, :00 PM

1 INTERNAL AUDIT SERVICES RFP

ADDENDUM No. 1. The following questions and METRO Responses are hereby made a part of and subject to the Request for Proposals.

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

ITA Performance Measurement Report

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

Automated Airport Parking Project

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

City of Mount Rainier

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

ITA Performance Measurement Report

AMENDMENT OF SOLICITATION

ITA Performance Measurement Report

Navajo Division of Transportation

Prevailing Wage Rates

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

LEGAL NOTICE Request for Proposal for Services

A. My name is Michael F. Sabitoni. I am President of the Rhode Island Building and

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

PRE-BID CONFERENCE. Invitation for Bids (IFB) 8-18-C001. Design/Build Dulles Airport Metrorail Station Windscreens Package G.

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

Prevailing Wage Rates

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

PRE-PROPOSAL CONFERENCE

REQUEST FOR PROPOSALS

MPG SBA 8(a) Ordering Guide

REQUEST FOR PROPOSALDevelopment of a Local

City of Georgetown, SC REQUEST FOR PROPOSAL

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSAL FOR BUILDING LEASE

MEETING AGENDA. Meeting Time: 9:30 AM Project Name: Chicago Park District Group A

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

Automatic License Plate Recognition System for the Police Department

Refer to section 2.C. for more information on the evaluation criteria.

Prevailing Wage Rates

512, Approved and Ordered

Western Federal Lands Highway Division. Procurement. Elizabeth Firestone Contract Development Engineer

Marlboro County School District

Request for Proposals

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Information & Application

FOR PROFESSIONAL DESIGN SERVICES

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

REQUEST FOR PROPOSAL After Hours Answering Services

1 Customer and Contact Information

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposals (RFP) for Professional Design and Engineering Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

MINUTES JOINT MEETING FINANCE AND CONSTRUCTION COMMITTEES UNIVERSITY OF SOUTHERN INDIANA BOARD OF TRUSTEES. July 13, 2000

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR PROPOSALS

RFP No.1-17-C177 Title: SAFETY Act Consulting Services Date: November 14, 2017 Time: 10:00 AM

Labor Market Analysis: Stanislaus County

Procedures for Local Public Agency Project Administration (Revised 5/2014)

SECTION 3 POLICY & PROGRAM

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

Request for Proposal RFP # , Managed Network Services

Below are five basic procurement methods common to most CDBG projects:

Questions and Answers No. 3 Request for Proposal MDM IT Consulting and Technical Support Services IDIQ RFP March 14, 2018

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

RESOLUTION NUMBER 2877

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Pre-Proposal Conference

FAR 101: An Introduction to Doing Business with the Federal Government

Prevailing Wage Rates

Architectural Services

TF ID (PEACH Grant for Sub-National Public Financial Management Capacity Building Project)

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS TEMPORARY STAFFING SERVICES FOR THE PLACEMENT OF TEMPORARY EMPLOYEES THE HOUSING AUTHORITY OF COLUMBUS, GEORGIA

Land-of-Sky Regional Council 25 Heritage Drive Asheville, NC Attention: Ron Townley, Integrated Solid Waste Planner.

NOTICE TO AWARDING AUTHORITIES

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

REQUEST FOR QUALIFICATIONS

Contract Compliance Program

Redevelopment Authority of Allegheny County

Housing Rehabilitation Program Administration

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

PLA Determination Guide for DoD

REQUEST FOR QUALIFICATIONS RFQ # Jamestown-Yorktown Foundation P.O. Box 1607 Williamsburg, VA

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

Non-Federal Cost Share Match Program Grant Implementation Checklist

STATE OF WASHINGTON Request for Quotes and Qualifications

Transcription:

P225, DBB, NSWG_10 UAS Storage Facility Fort Story, Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC 9742 MARYLAND AVENUE NORFOLK, VIRGINIA 23511-3095 POC: Amy Keiler, amy.keiler@navy.mil, (757) 341-1031 DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIRS FOR GENERAL CONSTRUCTION PROJECTS IN THE HAMPTON ROADS INTEGRATED PRODUCT TEAM (IPT) AREA OF RESPONSIBILITY (AOR) PROPOSED TASK ORDER: DESIGN-BID-BUILD, P-225, UAS STORAGE FACILITY, FORT STORY, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY, VIRGINIA BEACH, VIRGINIA Project Work Order No. 1562037 FOR CONTRACTS: N40085-17-D-0357 Ashford-Leebcor JV 430 McLaws Circle, Suite 201 Williamsburg, VA 23185 POC: Susan Schmidt Phone: 941-312-6910 Email: susan@ashfordintl.com N40085-17-D-0358 Civil Works Contracting, LLC 3329 Wrightsville Ave, Suite C Wilmington, NC 28403 POC: Christopher D. Scerri Phone: 910-859-8547x104 Email: cscerri@civilworkscontracting.com N40085-17-D-0359 The Green-Simmons Company, Inc. 3407 North W Street Pensacola, FL 32505 POC: Nathan Green Phone: 850-429-0144 Email: Nathan@green-simmons.com N40085-17-D-0360 Rand Enterprises, Inc. 850 39 th Street, Suite 101 Newport News, VA 23607 POC: Randy Biagas Phone: 757-247-1090 Email: Randy.biagas@rei-va.com N40085-17-D-0361 Smart-ATI-KMK JV 16 Whitehall Rd. Ste 6 Rochester, NH 03867 POC: Lori Smart Phone: 603-330-3533 Email: lori@smartati.com N40085-17-D-0362 Tikigaq Construction, LLC 2614 Halls Mill Rd Mobile, AL 36606 POC: Stephen B. Christensen, Steve Fields Phone: 251-443-1155 Emails: tcnavfacipt@tikigaq.com; schristensen@tikigaq.com; sfields@tikigaq.com Page 1 of 14

GENERAL REQUIREMENTS NAVFAC Solicitation Number: (Clauses incorporated in Base Contract apply to this solicitation) Title: P-225 NSWG-10 UAS Support Facility Location of the work: FORT STORY, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY, VIRGINIA BEACH, VIRGINIA Description of the work: This project is to construct a pre-engineered single story storage facility that consists of rack storage and battery storage. The main storage area consists of in place storage racks and will be heated and ventilated. The battery storage area consists of built in storage racks for storage of lithium type sealed batteries and will be heated, ventilated, and air conditioned. Lighting and power receptacles shall be provided throughout the facility. Telecommunications systems shall be provided throughout the facility. Physical security systems, electronic security systems, and access systems shall be provided throughout the facility. Estimated Budget Amount: The magnitude of construction is between $1,000,000.00 and $5,000,000.00. NAICS Code: 236220 Time for completion: All work shall be completed within 430 calendar days after notice to proceed (15 days will be added for receipt and processing of bonds.) Wage Determination: General Decision Number: VA170178 05/26/2017 VA178 Liquidated damages: $1,325.00 Per Calendar Day Utilities: Utilities will not be provided by the Government. Any Government utility costs will be charged to the Contractor at the following rates: COMMODITY UNIT Electricity MWH $118.10 Water KGAL $20.35 Gas MBTU $6.16 Wastewater KGAL $20.48 Record Shop Drawings: Record drawings are required, with reproducible copies Government Furnished Property: No Government Furnished Property. Basis for Award: Lowest Price Bid Guarantee: Shall be in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. Site Visit: Wednesday, September 20, 2017 9:00 AM EST Page 2 of 14

This will be the ONLY Government scheduled site visit. Meet at 9:00 AM at the parking area North of Building 1088 (at the end of A Street). Offerors who do not currently have a valid Contractor s ID and Vehicle Decal issued by the Department of Defense (DoD) must submit the One Day Pass Request spreadsheet (Attachment C) to Megan Norton at megan.norton@navy.mil no later than 12 September 2017. Contractors who submit timely requests for access to Fort Story for the site visit may pick up their one day passes at the Little Creek Pass & ID Office prior to proceeding to Fort Story. Participants who require Pass Office visitor access are strongly encouraged to allow at least 120 minutes to clear visitor processing at the Pass Office located to the right on Helicopter Road just as you turn off Shore Drive and just before Gate 3. The following items are required to obtain a pass: Contractors Visit Request on file, two forms of ID (i.e. valid Driver's License and (one of the following) US Passport, US Social Security Card or Birth Certificate), Vehicle Registration or Rental Car Agreement, proof of car insurance, and proof of State Safety Inspection. To verify identity, visitors MUST present a second form of identification at the pass office from the list of A or B Documents found at http://www.uscis.gov/i-9-central/acceptable-documents. Note: Rapid Gate badge holders with access to JEB Little Creek- Fort Story do not need to request one day passes for the Fort Story site visit. Pre-Proposal Inquiries (PPIs): Offerors who determine that the technical and/or contractual requirements of this solicitation require clarification(s) in order to permit submittal of a responsive proposal shall submit all inquiries in writing using the PPI form (Attachment E). All inquiries shall be submitted via email to Amy Keiler at amy.keiler@navy.mil no later than Thursday September 28, 2017 at 2:00 PM local time. Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your consultants are not duplicates. A response will be published via an amendment. Proposal Due Date/Time: Tuesday, October 10, 2017 / 2:00 PM local time Proposal Acceptance Period: 120 Days from receipt of offers Proposal Delivery Information Proposals may be sent via express mail carriers or hand-delivered to the following address: Naval Facilities Engineering Command, Mid-Atlantic Attn: Amy Keiler Hampton Roads IPT, Acquisition 9324 Virginia Avenue Building Z-140, Room 225 Norfolk, Va. 23511-3095 Important note: Contractors are not permitted to work in Room 225 prior to delivery while finalizing the proposal. Once the proposal is formally delivered, the contractor s business is considered complete and the contractor is expected to promptly depart Room 225. Security Information Offerors who would like to hand deliver their proposal and who do not currently have a valid badge issued by the Department of Defense (DoD) to enter Naval Station Norfolk must do the following: 1. Submit a one day pass request spreadsheet NO LESS THAN 7 DAYS prior to the proposal due date. Submit your request for a one day pass spreadsheet (Attachment D) to Amy Keiler at amy.keiler@navy.mil. Page 3 of 14

2. Present the following information at the pass office: Valid Driver s License, Current Vehicle Registration and/or Rental Car Contract, Current State Safety Inspection, Current Proof of Insurance To verify identity, visitors MUST present a second form of identification at the pass office from the list of A or B Documents found at http://www.uscis.gov/i-9-central/acceptable-documents. The Naval Station Norfolk Pass & ID Office is located in Bldg. CD9 at 9040 Hampton Boulevard across from Gate 5. All potential offerors must adhere to this notice in order to avoid delay in submitting your proposal. The level of security at Naval Station Norfolk may change at any time. As the level of security heightens, the amount of time required to gain access to the Naval Station increases. EVALUATION FACTORS FOR AWARD The project will be awarded to the responsible offeror offering the LOWEST PRICE to the Government. The Government shall evaluate each offeror on price only: A. Price Submission: 1. Offeror shall submit one (1) original in a three ring binder (maximum 1/2 ) with the following: Price Proposal Form 8 ½ X 11 format, Times New Roman, 11 point font Copy of Representation and Certifications from ORCA Bid Bond Include a cover page with Solicitation Number, Solicitation Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS, Cage Code, Point of Contact, phone number, and email address. B. Basis of Evaluation: 1. The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items. In accordance with FAR 52.217-5, evaluation of options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: EVALUATION a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate. c. Comparison of proposed prices with available historical information d. Comparison of market survey results 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract and to award the contract to the offeror submitting the lowest price proposal. 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later deems them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 3. From all proposals deemed eligible for award, the lowest price will be chosen. Page 4 of 14

ATTACHMENTS: ATTACHMENT A PRICE PROPOSAL FORM DATED 16 JUNE 2017 ATTACHMENT B WAGE DETERMINATION ATTACHMENT C SITE ACCESS ONE DAY PASS REQUEST ATTACHMENT D - PROPOSAL DROP OFF ONE DAY PASS REQUEST ATTACHMENT E PRE PROPOSAL INQUIRY SUBMISSION FORM Page 5 of 14

ATTACHMENT A PRICE PROPOSAL FORM Price includes the following: CLIN 0001 - P-225 PROJECT PRICE (BASE BID): CLIN 0001A BASE BID: Price for the entire work for Material, Equipment, Labor and Supervision to complete in accordance with the requirements with the Request for Proposal and attached drawings and specifications for MILCON Project P- 225, UAS Support Facility at Joint Expeditionary Base Little Creek-Fort Story located in Virginia Beach, VA, but excluding work described in CLIN 0002. TOTAL BASE PRICE FOR CLIN 0001 $ CLIN 0002 OPTION 1: Price for the entire work for Design, Equipment, Material, Labor and Supervision to construct concrete pavement storage area as identified on sheet CS101 as Bid Option 1 in accordance with the requirements in the Request for Proposal, attached drawings and specifications. TOTAL PRICE FOR CLIN 0002 OPTION 1 $ TOTAL PRICE FOR CLINs 0001 & 0002 BASE + OPTIONS: $ CLIN 0003 - PLANNED MODIFICATION - 1: Price includes the following: Price for providing work in connection with the procurement and installation, all labor, material, equipment, transportation, testing and supervision required for the Physical Security Equipment (PSE) Systems that supports this contract including all work indicated in the Contract Documents as "PSE". PSE required for this project will include electronic latches, interior boundary switches (balanced magnetic switches and glass break sensors), interior volumetric sensors (PIR and/or Dual Technology motion detectors), electronic entry control (card readers, keypads and/or biometrics), imaging sensors (CCTV cameras), and security monitoring and control workstations (data processing and CCTV monitors). PSE design, design submittals, pathways and electrical power are excluded from this Item and shall be priced with the Base Bid - CLIN 0001. TOTAL PRICE FOR CLIN 0003 - PLANNED MODIFICATION 1: $ GOVERNMENT BUDGET NOT TO EXCEED $180,000 TOTAL PRICE FOR CLINs 0001, 0002 and 0003: $ PRICE PROPOSAL FORM GENERAL NOTES: Page 6 of 14

1. Award will be made on the total sum of CLIN 0001, CLIN 0002 and CLIN 0003. 2. Bid Item CLIN 0002 may be exercised and awarded with Base Bid. If this item is exercised, the cost of the Design Work effort must also be included. If Bid Item CLIN 0002 is exercised, additional bonding and consent of surety shall be required. Consequently, the Performance Bond shall reflect 100 percent of the aggregate amount of all items. Bonding is not required for the procurement and installation of PSE Equipment (CLIN 0003). 3. A firm fixed proposed price is required for Items CLIN 0001 and CLIN 0002. The Government reserves the unilateral right to award the CLIN 0002 to the contractor at the proposed price within 90 calendar days after the contract award. No provision is made for economic price adjustment. If Options and/or Planned Modifications are exercised, the contract completion date remains unchanged. 4. FAR 52.217-5, Evaluation of Options (JUL 1990) - Except when it is determined in accordance with FAR 17.206 (b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all Options and Planned Modifications to CLIN 0001. Evaluation of Planned Modifications will not obligate the Government to exercise the Planned Modification(s). 5. The Government may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. PSE Procurement and Installation (CLIN 0003) Contractor shall be authorized by the Contracting Officer to procure and install all physical security equipment as specified in the approved final design of Physical Security Equipment Systems (PSE) Package which includes Electronic Security Systems (ESS). The amount of this item will be the actual cost of the PSE items, ESS items and the respective cabling for each Electronic Security System plus all labor, material, equipment, transportation and supervision required to install and test a complete operating turnkey system for all required security systems within the contract completion date. The Government is not obligated to award the PSE CLIN 0003. Should the Government choose to award the PSE the line item will be awarded as a negotiated modification to the contract/task order. The PSE Modification shall be awarded at least six months prior to the contract completion date. A minimum of six months is required for the contractor to purchase, deliver and install the PSE without impacting the overall completion date of the project. The contractor s schedule should assume the award of the PSE as a modification. No schedule extensions shall be granted if the modification is awarded at least six months prior to the contract completion date. If the Government decides to negotiate and award the Physical Security Equipment Modification with less than six months prior to the contract completion date, the contractor may be entitled to a contract extension and extended field overhead. A contract extension and extended field overhead will only be granted in those cases where the prime contractor demonstrates that an accepted Final PSE Package was submitted within the approved schedule deadlines and sufficient lead time for the PSE is not available and the Government s award of the modification is in the last six months of the contract. Note: All conduits, wire ways, junction boxes, pull stations, conduit support and wire way support systems listed with a pull wire for the above equipment are included in the CLIN 0001 (Base BID). Page 7 of 14

AMENDMENTS ACKNOWLEDGED: Amendment No. Date Amendment No. Date Amendment No. Date Offeror: Address: Phone: Fax: Signature: Date: Page 8 of 14

ATTACHMENT B General Decision Number: VA170178 05/26/2017 VA178 Superseded General Decision Number: VA20160178 State: Virginia Construction Type: Building County: Virginia Beach* County in Virginia. *INDEPENDENT CITY OF VIRGINIA BEACH 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 $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/27/2017 2 04/07/2017 3 05/26/2017 ASBE0024-006 10/01/2016 ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...$ 35.03 15.32 BOIL0045-003 01/01/2017 BOILERMAKER...$ 32.72 25.26 * BRVA0008-001 12/01/2016 Page 9 of 14

BRICKLAYER...$ 20.00 7.76 ELEV0052-005 01/01/2017 ELEVATOR MECHANIC...$ 38.86 31.585+a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. b. VACATIONS: 6% men under 5 years based on regular hourly rate and 8% men over 5 years based on regular hourly rate for all hours worked. ENGI0147-019 11/01/2013 POWER EQUIPMENT OPERATOR Cranes 90 tons & over capacity; Tower & Climbing Cranes with Controls 100 ft. above ground...$ 28.30 8.69%+8.15 Cranes under 90 tons...$ 27.38 8.69%+8.15 IRON0079-012 01/01/2016 IRONWORKER, STRUCTURAL AND ORNAMENTAL...$ 25.00 14.28 IRON0079-013 01/01/2016 IRONWORKER, RIGGER...$ 25.00 14.28 PLUM0110-006 11/01/2016 PIPEFITTER (Includes HVAC Pipe, Unit and Temperature Controls Installations)...$ 27.12 16.03 PLUM0540-010 05/01/2016 Page 10 of 14

PLUMBER...$ 26.75 15.38 SUVA2013-052 01/11/2016 CARPENTER, Includes Acoustical Ceiling Installation, Drywall Hanging, and Form Work...$ 17.93 4.41 CAULKER...$ 18.49 1.33 CEMENT MASON/CONCRETE FINISHER...$ 17.13 0.00 ELECTRICIAN, Includes Low Voltage Wiring and Alarm Installation...$ 22.94 1.94 GLAZIER...$ 19.36 4.68 IRONWORKER, REINFORCING...$ 27.18 4.13 LABORER: Mason Tender - Brick...$ 13.48 3.27 LABORER: Mason Tender - Cement/Concrete...$ 12.96 3.12 LABORER: Pipelayer...$ 12.40 1.96 LABORER: Common or General, Including Demolition...$ 12.90 0.96 OPERATOR: Backhoe/Excavator/Trackhoe...$ 19.25 2.72 OPERATOR: Bobcat/Skid Steer/Skid Loader...$ 18.95 4.03 OPERATOR: Bulldozer...$ 18.07 3.50 OPERATOR: Forklift...$ 19.40 7.00 OPERATOR: Loader...$ 21.28 3.17 OPERATOR: Roller...$ 16.25 4.88 PAINTER (Brush and Roller)...$ 18.00 0.00 PAINTER: Spray...$ 18.10 5.43 Page 11 of 14

ROOFER...$ 17.50 2.20 SHEET METAL WORKER, Includes HVAC Duct Installation...$ 19.24 2.80 SPRINKLER FITTER (Fire Sprinklers)...$ 18.91 4.67 TILE FINISHER...$ 23.40 0.00 TILE SETTER...$ 27.80 10.25 TRUCK DRIVER: Dump Truck...$ 15.50 0.75 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Page 12 of 14

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 nonunion 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. 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 Page 13 of 14

Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 14 of 14