FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

Similar documents
FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

SPE8EC-14-D-0024/P OF 3

x HHSN W 04/30/2012

PAGE 2 OF 3 PAGES REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024 / P00005 CONTINUED ON NEXT PAGE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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

1. CONTRACT ID CODE 4. REQUISITION/PURCHASE REQ.NO. (x) 9B. DATED (SEE ITEM 11) NAMA-04-C B. DATED (SEE ITEM 13) 08/03/2004

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

x HHSN W 04/30/2012

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6

PUBLIC CHAPTER NO. 68

NAR-09-NH-0038 SAME AS ISSUING ADDRESS. x NAMA--04-C /25/2008

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

DEPARTMENT OF LABOR WAGE DETERMINATIONS

I 5. PROJECT ~o. (If app1, :able)

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS


1. System for Award Management.

This Amendment transmits Clarifications and Interpretations to RFP CQ18077.

REQUEST FOR PROPOSAL Enterprise Asset Management System

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009

SECTION INSTRUCTIONS TO BIDDERS

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

1. Communications with Bidders

INSTRUCTIONS TO BIDDERS Medical Center

REQUEST FOR PROPOSAL Police Department Roof System Renovation

1. System for Award Management.

MARCH 27, 2019 INVITATION FOR BIDS

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ADVERTISEMENT FOR BID Section Page 1 of 6

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

COUNTY OF LOUISA, VIRGINIA

TERMS AND CONDITIONS OF THE INVITATION TO BID

Instructions to Proposers & Contractors (ITPC): RFP

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

1. Prohibition on Contracting with Inverted Domestic Corporations Representation.

Request for Proposal Amendment #: 3

(Billing Code P) Defense Federal Acquisition Regulation Supplement: Clauses with. Alternates Research and Development Contracting (DFARS Case

PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

PROJECT LABOR AGREEMENT [PUBLIC SECTOR]

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

One (1) Original in Hardcopy

INVITATION FOR BID Annual Water Meter Purchase

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

DOCUMENT INSTRUCTIONS TO BIDDERS

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

City of Mexico Beach Replacement of Fire Department Roofing Shingles

Request for Proposal. RFP # Non-Profit, Sports Photography

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

State of Florida Department of Transportation

April 4, 2016 at 10:00am. 506 N. Chadbourne Ave, San Angelo, Texas

INVITATION FOR BID Chipeta Lake Park Tree Trimming

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA


COUNTY OF OSWEGO PURCHASING DEPARTMENT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

Outdated as of 10/8/13

The Brooks Act: Federal Government Selection of Architects and Engineers

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Rules of Practice in Proceedings under Section 5 of the Debt Collection Act

PURCHASING ORDINANCE

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

4. ORDER NUMBER. a. NAME b. TELEPHONE NUMBER (No collect calls) 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: HUBZONE SMALL

SPECIAL CONDITIONS PROGRAM REGULATIONS

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-14-C Jan 2014.

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-13-C Aug 2013.

Request for Proposal (RFP) # 08-P-BF-015 AMENDMENT NO. 2. Design/Build Renovation of Interior Spaces

Bid & Contract Provisions CDBG/HOME Guidebook

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH

Request for Vendor Contract Update

Standard Contract for Personal Services

NEW YORK CITY DEPARTMENT OF BUILDINGS. Notice of Public Hearing and Opportunity to Comment on Proposed Rules

Transcription:

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 3 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) 0003 03-Jun-2016 6. ISSUED BY CODE W912EP 7. ADMINISTERED BY (If other than item 6) CODE USA ENGINEER DISTRICT, JACKSONVILLE CONTRACTING DIVISION 701 SAN MARCO BLVD JACKSONVILLE FL 32207-8175 See Item 6 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W912EP-16-R-0019 X 9B. DATED (SEE ITEM 11) 13-May-2016 10A. MOD. OF CONTRACT/ORDER NO. CODE FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 10B. DATED (SEE ITEM 13) X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer X is extended, is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DREDGE MATERIAL MANAGEMENT AREA O-7, OKEECHOBEE WATERWAY, MARTIN COUNTY, FLORIDA A. SEE CONTINUATION SHEET FOR AMENDMENT DETAILS. B. THE GOVERNMENT HAS EXTENDED THE DUE DATE: FROM: JUNE 14, 2016 @ 2:00 P.M. EST TO: JUNE 21, 2016 @ 2:00 P.M. EST. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) TEL: EMAIL: 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM 11-84 BY 30-105-04 (Signature of Contracting Officer) STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

OKEECHOBEE WATERWAY CONSTRUCTION OF DREDGED MATERIAL MANAGEMENT AREA O-7 MARTIN COUNTY, FLORIDA SF 30 CONTINUATION SHEET NOTE: All changes are highlighted in Red Bold Text or Strikethrough Note: An additional Site Visit has been scheduled for Thursday, 09 June 2016 @ 09:00 AM EST, Please See attached Clause 52.236-27 (Alt 1) for detailed instructions.* THE GOVERNMENT HAS EXTENDED THE DUE DATE: FROM: JUNE 14, 2016 @ 2:00 P.M. EST TO: JUNE 21, 2016 @ 2:00 P.M. EST. 1. SPECIFICATIONS: DELETE the Standard Form 1442 and replace with the attached revised Standard Form 1442. DELETE Section 00010A, Attachment A (INSTRUCTIONS FOR TECHNICAL INQUIRES AND QUESTIONS)and replace with the attached revised Section 00010A, Attachment A. The following have been modified in Section 00100 Instructions to Offerors: 52.236-27 (Alt I) 999.215-4003 The Following have been added to Section 00700 Contract Clauses: 52.236-5001 52.236-5002 52.236-5008 DELETE Section 00800A and replace with the attached revised Section 00800A. W912EP-16-R-0019 SF 30 Page 2 Amendment 0003

SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 13-May-2016 W912EP-16-R-0019 1 OF 246 X NEGOTIATED(RFP) IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. W32CS560775023 7. ISSUED BY CODE W912EP 8. ADDRESS OFFER TO (If Other Than Item 7) CODE USA ENGINEER DISTRICT, JACKSONVILLE 701 SAN MARCO BLVD JACKSONVILLE REGIONAL CONTRACTING CENTER JACKSONVILLE FL 32207-8175 See Item 7 TEL: FAX: TEL: FAX: 9. FOR INFORMATION A. NAME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) CALL: TIMOTHY G HUMPHREY 904-232-1072 SOLICITATION NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS(Title, identifying no., date): Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida DESCRIPTION OF WORK: REFER TO PARAGRAPH WORK COVERED BY CONTRACT DOCUMENTS IN SECTION 01 11 00 FOR COMPLETE PROJECT DESCRIPTION DRAWINGS: SEE DFARS CLAUSE 252.236-7001, CONTRACT DRAWINGS AND SPECIFICATIONS, IN SECTION 00700 MAGNITUDE OF CONSTRUCTION IS BETWEEN $5,000,000.00 AND $10,000,000.00. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE (SBSA). THE NAICS CODE FOR THIS PROJECT IS 237990 AND THE SMALL BUSINESS SIZE STANDARD IS $36.5 MILLION ***BLOCK 11 - SEE SECTION 00700, CLAUSE 52.211-10 FOR PERIOD OF PERFORMANCE. ***BLOCK 13A - SEE SECTION 00100A for number of copies. A SITE VISIT HAS BEEN SCHEDULED. SEE SECTION 00100, FAR CLAUSE 52.236-27 Alt I FOR DETAILS. You must be registered in the System for Award Management (SAM), per FAR Clause: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) in Section 00101, in order to receive an award from this solicitation. The SAM website is located at http://www.sam.gov. 11. The Contractor shall begin performance within 45 calendar days and complete it within 571 calendar days after receiving award, X notice to proceed. This performance period is X mandatory, negotiable. (See *** Section 00700, 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 *** copies to perform the work required are due at the place specified in Item 8 by 02:00 PM (hour) local time 14 June 2016 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee X is, is not required. C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected..) 12B. CALENDAR DAYS 10 NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) Amendment 0003

14. NAME AND ADDRESS OF OFFEROR SOLICITATION, OFFER, AND AWARD (Continued) (Construction, Alteration, or Repair) (Include ZIP Code) OFFER (Must be fully completed by offeror) 15. TELEPHONE NO. (Include area code) 16. REMITTANCE ADDRESS (Include only if different than Item 14) CODE FACILITY CODE See Item 14 17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government in writing within calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.) AMOUNTS SEE SCHEDULE OF PRICES 18. The offeror agrees to furnish any required performance and payment bonds. AMENDMENT NO. 19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each) DATE 20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) AWARD 20B. SIGNATURE 20C. OFFER DATE (To be completed by Government) 21. ITEMS ACCEPTED: SEE SCHEDULE 22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA 24. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) ITEM 26 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 10 U.S.C. 2304(c) 41 U.S.C. 253(c) 26. ADMINISTERED BY SOUTH FLORIDA AREA OFFICE SUITE 203 4400 PGA BOULEVARD PALM BEACH, FL 33410 CODE K3M0J00 27. PAYMENT WILL BE MADE BY CODE 964145 USACE FINANCE CENTER 5722 INTEGRITY DRIVE ATTN: CEFC-AO-P MILLINGTON, TN 38054-5005 document and return copies to issuing office.) CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 28. NEGOTIATED AGREEMENT (Contractor is required to sign this 29. AWARD (Contractor is not required to sign this document.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified on this form and any continuation sheets for the consideration stated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications or incorporated by reference in or attached to this contract. 30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print) Your offer on this solicitation, is hereby accepted as to the items listed. This award consummates the contract, which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary. 31A. NAME OF CONTRACTING OFFICER (Type or print) 30B. SIGNATURE 30C. DATE 31B. UNITED STATES OF AMERICA 31C. AWARD DATE BY NSN 7540-01-155-3212 00010-2 STANDARD FORM 1442 BACK (REV. 4-85) Amendment 0003

SECTION 00010A, Attachment A INSTRUCTIONS FOR TECHNICAL INQUIRES AND QUESTIONS All technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet/binkornhome/ To submit and review bid inquiry items, bidders will need to be a current registered user or self register into the system. To self-register go to the ProjNet web page and follow the steps below. 1. Click the BID tab; 2. Select Bidder Inquiry; 3. Under the Agency drop-down menu select USACE; 4. Enter Key for this solicitation listed below, and a valid e-mail address, 5. Click Login. 6. Fill in all required information and click Create User. 7. Verify that information on next screen is correct and click Continue. From this page you may view all bidder inquiries or add inquiries. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EP-16-R-0019 The Bidder Inquiry Key is: UENC92-UJEMCN THE GOVERNMENT RESERVES THE RIGHT TO LIMIT AND/OR TO NOT RESPOND TO ANY FURTHER QUESTIONS PERTAINING TO THIS PROJECT RECEIVED AFTER JUNE 17, 2016. OFFERORS SHOULD BASE THEIR BIDS ON THE INFORMATION PROVIDED IN THE SOLICITATION AND ALL ISSUED AMENDMENTS THERETO. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. W912EP-16-R-0019 00010A-A1 Amendment 0003

SECTION 00100 - INSTRUCTIONS TO OFFERORS 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (ALTERNATE I) (FEB 1995) (CESAJ ADAPTATION) (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) A second organized site visit has been scheduled for -- Thursday, 09 June 2016 at 9:00 AM EST. (c) Participants will meet at -- (Location will be provided by the contract administration office via telephone. See (d) below.) (d) Participants should call Cecilia Muzi at 561-472-3500 on or before Tuesday, 07 June 2016 to provide the following information: Name, Company, Phone number, email, and the number of personnel attending. (e) Core borings are available. (If available, follow the instructions in the Physical Data paragraph in Section 00 31 32 to make arrangements to inspect the borings. Failure to follow the instructions may result in a delay ranging in duration from one hour to 4 days.) (f) After the site visit, a memorandum summarizing the visit will be posted to FedBizOpps.gov under the solicitation number. This posting will be strictly for informational purposes only. The memorandum will not become a part of the solicitation. If the solicitation needs to be changed as a result of information obtained during the site visit, a written amendment will be made available to all registered vendors. Questions regarding any information given in the memorandum must be directed to the person whose name appears in item 9 of the Standard Form 1442. (End of provision) ELECTRONIC PROPOSALS (a) Definition. Electronic proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via Compact Disc (CD) or other means for transmitting electronic data. Flash drives will NOT be accepted. (b) In order to be considered for award offerors must submit electronic proposals concurrent with the paper-copy proposals or within two (2) business days of the date established in the solicitation for receipt of proposals. The offeror is only required to submit in electronic format W912EP-16-R-0019 00100-1 Amendment 0003

its technical proposal and past performance information, in separate files. The electronic proposal is in addition to any hard-copy documents required by the solicitation. The offeror s pricing and price-related information shall only be submitted in paper copy and not included in the electronic proposal. (b) In order to be considered for award offerors must submit electronic proposals concurrent with the paper-copy proposals by the date and time established in the solicitation for receipt of proposals. In accordance with Section 00100A, Paragraph D. PROPOSAL REQUIREMENTS AND SUBMISSION FORMAT, the offeror is required to submit one electronic copy that contains both volumes (Technical Acceptability and Price), in separate files. The electronic proposal is in addition to any hard-copy documents required by the solicitation. (c) The Government reserves the right to make award solely on the paper proposal. In the event of conflicts between paper and electronic proposals the paper copy proposal shall govern. (End of paragraph 999.215-4003) W912EP-16-R-0019 00100-2 Amendment 0003

SECTION 00700 - CONTRACT CLAUSES 52.236-5001 PERSONNEL, SUBCONTRACTORS AND OUTSIDE ASSOCIATES OR CONSULTANTS (MAY 2006) In connection with this contract, any in-house personnel, subcontractors, and outside associates or consultants will be limited to individuals or firms that were specifically identified in the Contractor's accepted proposal. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these designated in-house personnel, subcontractors, associates, or consultants. If the Contractor proposes a substitution, it shall submit the same type of information that was submitted in the accepted proposal to the Contracting Officer for evaluation and approval. The level of qualifications and experience submitted in the accepted proposal or that required by the Solicitation, whichever is greater, is the minimum standard for any substitution. (End of clause) 52.236-5002 GOVERNMENT-FURNISHED SPECIFICATIONS, DRAWINGS, SURVEYS, AND SPECIFICATIONS IN THE REQUEST FOR PROPOSAL (JUL 2002) This is to clarify DFARS 252.236-7001, Contract Drawings and Specifications, refers to any Government-furnished design or design criteria included in the Request for Proposal (RFP). (End of clause) 52.236-5008 Value Engineering after Award (JUN 1999) (a) In reference to FAR 52.248-3, Value Engineering-Construction, the Government may refuse to entertain a "Value Engineering Change Proposal" (VECP) for those "performance oriented" aspects of the Solicitation documents which were addressed in the Contractor's accepted contract proposal and which were evaluated in competition with other offerors for award of this contract. (b) The Government may consider a VECP for those "prescriptive" aspects of the Solicitation documents, not addressed in the Contractor's accepted contract proposal or addressed but evaluated only for minimum conformance with the Solicitation requirements. (c) For purposes of this clause, the term "performance oriented" refers to those aspects of the design criteria or other contract requirements which allow the offeror or Contractor W912EP-16-R-0019 00700-1 Amendment 0003

certain latitude, choice of and flexibility to propose in its accepted contract offer a choice of design, technical approach, design solution, construction approach or other approach to fulfill the contract requirements. Such requirements generally tend to be expressed in terms of functions to be performed, performance required or essential physical characteristics, without dictating a specific process or specific design solution for achieving the desired result. (d) In contrast, for purposes of this clause, the term "prescriptive" refers to those aspects of the design criteria or other Solicitation requirements wherein the Government expressed the design solution or other requirements in terms of specific material, approaches, systems, and/or processes to be used. Prescriptive aspects typically allow the offerors little or no freedom in the choice of design approach, materials, fabrication techniques, methods of installation, or any other approach to fulfill the contract requirements. (End of clause) W912EP-16-R-0019 00700-2 Amendment 0003

SECTION 00800A WAGE DETERMINATION AND OTHER ATTACHEMENTS THE FOLLOWING WAGE RATES ARE INCORPORATED INTO THIS CONTRACT: No. TITLE DATE NO. OF PAGES 1 NOTE 1 2 General Decision Number: FL160167 05/31/2016 6 W912EP-16-R-0019 00800A-i Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida NOTE NOTE NOTE THIS SOLICITATION INCORPORATES ONLY THE HEAVY CONSTRUCTION WAGE DETERMINATION FOR MARTIN COUNTY, FLORIDA IF YOU HAVE ANY QUESTIONS CONCERNING THE APPLICATION OF THE WAGE DETERMINATION FURNISHED FOR THIS PROJECT, PLEASE CONTACT: Fran Russell Contractor Industrial Relations Specialist Jacksonville District U.S. Army Corps of Engineers Phone: 904-232-3761 Fax: 904-232-1954 W912EP-16-R-0019 00800A-1 Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida General Decision Number: FL160167 05/13/2016 FL167 Superseded General Decision Number: FL20150167 State: Florida Construction Type: Heavy County: Martin County in Florida. HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 05/13/2016 * ELEC0728-006 03/01/2016 Rates Fringes ELECTRICIAN...$ 30.00 10.85 ---------------------------------------------------------------- ENGI0487-014 07/01/2013 Rates Fringes OPERATOR: Crane All Tower Cranes Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydraulic, Electric or Otherwise; Cranes 150 Tons & Over; Cranes with 3 Drums (When 3rd drum is rigged for work); Gantry & Overhead Cranes; Hydraulic Cranes Over 25 Tons but not more than 50 Tons; Hydraulic/Friction Cranes; W912EP-16-R-0019 00800A-2 Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida & All Types of Flying Cranes; Boom Truck...$ 29.05 8.80 Cranes with Boom Length Less than 150 Feet (With or without jib); Hydraulic Cranes 25 Tons & Under, & Over 50 Tons (With Oiler); Boom Truck...$ 28.32 8.80 OPERATOR: Drill...$ 25.80 8.80 OPERATOR: Oiler...$ 22.99 8.80 ---------------------------------------------------------------- IRON0402-004 02/01/2015 Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING...$ 22.29 7.90 ---------------------------------------------------------------- LABO1652-004 06/01/2013 Rates Fringes LABORER: Grade Checker...$ 14.50 4.92 ---------------------------------------------------------------- PAIN0452-007 08/01/2014 Rates Fringes PAINTER: Brush, Roller and Spray...$ 19.50 8.83 ---------------------------------------------------------------- SUFL2009-163 06/24/2009 Rates Fringes CARPENTER, Includes Form Work...$ 15.50 0.00 CEMENT MASON/CONCRETE FINISHER...$ 16.46 0.00 LABORER: Common or General...$ 10.44 0.00 LABORER: Landscape...$ 7.25 0.00 LABORER: Pipelayer...$ 13.93 0.00 LABORER: Power Tool Operator (Hand Held Drills/Saws, Jackhammer and Power Saws Only)...$ 10.65 2.19 OPERATOR: Asphalt Paver...$ 11.59 0.00 OPERATOR: Backhoe Loader Combo...$ 16.10 2.44 OPERATOR: Backhoe/Excavator...$ 21.70 0.00 W912EP-16-R-0019 00800A-3 Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida OPERATOR: Bulldozer...$ 16.07 0.00 OPERATOR: Grader/Blade...$ 16.00 2.84 OPERATOR: Loader...$ 19.75 3.05 OPERATOR: Mechanic...$ 14.32 0.00 OPERATOR: Roller...$ 11.25 0.00 OPERATOR: Scraper...$ 11.00 1.74 OPERATOR: Trackhoe...$ 20.92 5.50 OPERATOR: Tractor...$ 10.54 0.00 TRUCK DRIVER, Includes Dump Truck...$ 10.60 0.00 TRUCK DRIVER: Lowboy Truck...$ 12.73 0.00 TRUCK DRIVER: Off the Road Truck...$ 12.21 1.97 TRUCK DRIVER: Servicer...$ 12.00 0.00 ---------------------------------------------------------------- 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 W912EP-16-R-0019 00800A-4 Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates 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. ---------------------------------------------------------------- W912EP-16-R-0019 00800A-5 Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. W912EP-16-R-0019 00800A-6 Amendment 0003

Dredge Material Management Area O-7, Okeechobee Waterway, Martin County, Florida ================================================================ END OF GENERAL DECISION W912EP-16-R-0019 00800A-7 Amendment 0003