SOLICITATION NOTICE
99 -- MOKUPAPAPA DISCOVERY CENTER PAINTING PROJECT - RFQ # AB133C-14-RQ-1219
- Notice Date
- 9/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133C-14-RQ-1219
- Point of Contact
- Leslie C. Markey, Phone: 206-526-4233
- E-Mail Address
-
leslie.c.markey@noaa.gov
(leslie.c.markey@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS THE SOLICITATION FORM TO BE RETURNED WITH INFORMATION EITHER BY EMAIL OR FAX. PLEASE INCLUDE A PAINT SPECS LIST OR MANUFACTURER'S INFORMATION; PLEASE BE SURE TO MAKE CHECK-MARKS ON THE SOW INDICATING WHETHER OR NOT YOUR COMPANY CAN MEET THE MINIMUM TECHNICAL REQUIREMENTS. ITEM 0001 PRIMARY NAICS CODE 238320 INTERIOR PAINTING - 8,000 SQ. FT REQUIRED FOR MOKUPAPAPA DISCOVERY CENTER - HILO, HI 96720 Firm fixed price contract for a construction requirement to paint the interior, second floor of the MDC. All surface preparation and protection, measuring, priming, color-coating and finish work to be included. Location: HILO, HAWAII Painting: Contractor shall provide all labor, equipment and materials necessary to accomplish work detailed in the attached Statement/Scope of Work, included as an attachment, to complete the project for the NOAA PMNM - Papa. Marine National Monument. There will be no travel or reimbursable expenses. Period of Performance: Date of Award to JAN. 31, 2015 MAGNITUDE OF CONSTRUCTION: Less than $25,000 Price Schedule Notes: Item Number 0001 shall include all salaries, overhead, G&A, fringe benefits, insurance, bonding, profit, travel, and materials to include all subcontracting costs. Offeror(s) must submit pricing for the line item in the above schedule. Travel expenses will not be reimbursed. Failure to quote in this manner may result in quote rejection. KEY: JB=Job 1. TYPE OF CONTRACT The Government contemplates award of a firm-fixed-price construction contract. 2. This solicitation for construction and any resulting contract is subject to Federal Acquisition Regulation (FAR) Part 36, Construction and Architect-Engineer Contract. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular Number 2005-76 effective August 25, 2014. 3. FAR 52.252-4 ALTERATIONS IN CONTRACT (APR 1984) Portions of this contract are altered as follows: To be determined. PART I - SOLICITATION INSTRUCTIONS & REQUIREMENTS PROJECT TITLE: Mokupapapa Discovery Center's Interior Painting Project PROJECT LOCATION: NOAA/Papahanaumokuakea Marine National Monument; Moku. Discovery Center, Suites 202, 203 and 204; 76 Kamehameha Avenue, Hilo Hawaii 96720 GENERAL: The prime contractor may share bidding materials with subcontractors and suppliers as necessary; however, all questions shall be submitted by the prime contractors on behalf of its subcontractors and suppliers. STATEMENT OF WORK: The contractor shall provide all labor, tools, equipment, materials and supplies necessary to perform the work identified in the Statement of Work (SOW) and specifications. CONTRACT SPECIFIC TERMS AND CONDITIONS: A. Construction Magnitude. The magnitude of construction for this project is: [X ] Less than $25,000 [ ] Between $25,000 and $100,000 [ ] Between $100,000 and $250,000 [ ] Between $250,000 and $500,000 [ ] Between $500,000 and $1,000,000 B. Bid Bond: A Bid Guarantee IS NOT required in accordance with FAR 52.228-1. C. Payment and Performance Bonds ARE NOTrequired in accordance with FAR 28.102-2. D. FAR Clause 52.228-13, Alternative Payment Protections (JUL 2000) is NOT applicable. CONTRACT SPECIFIC TERMS AND CONDITIONS: A. Caution: No oral statements made by the contract parties or other interested parties will take precedence over the written terms and conditions of the solicitation or resultant award. B. Questions Regarding the Solicitation and Project: Shall be submitted in writing to Leslie C. Markey, Contract Specialist, via E-mail at leslie.c.markey@noaa.gov. Questions will be accepted up to September 19, 2014, 4:00 PM Pacific Time. The Government is not obligated to answer any questions submitted after this date. C. Furthermore, all questions shall be submitted by the prime contractor(s) on behalf of their subcontractor(s) and supplier(s) to the contract Specialist. Questions submitted by subcontractors and/or suppliers directly to the contract specialist will be rejected and not answered. D. Quotation Date: Quotes are to be submitted via email to the assigned contract specialist/contracting officer by the date and time indicated on Page 2 of this form. E. Quote Acceptance Period: Offers providing less than 30 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. PERIOD OF PERFORMANCE: Date of Award to January 31, 2015. The contractor shall not commence work until it has been issued a Notice to Proceed (NTP). The award is not the NTP for this contract work. Prior to issuance of an NTP, the contractor shall submit for approval performance and payment bonds; a project schedule showing the date when on-site work will begin; the hours work will be performed, the date the work will be completed, and all required insurance. No work will be performed on Saturdays, Sundays or Federal holidays. SUBMITTALS: 1. Submittals shall be sent to Contracting Officer and Contracting Officer's Representative (COR). Submittals shall be accepted by the COR. 2. On-Site Point of Contact: To be determined at time of award by separate letter. PART II- CONSTRUCTION CLAUSES (FIXED-PRICE) UPDATED THROUGH FAC 2005-76 Effective August 25, 2014. FAR 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 address: https://www.acquisition.gov/far/index.html (End of Clause) CLAUSE NUMBER TITLE DATE 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.211-13 Time Extensions SEPT 2000 52.217-7 Option for Increased Quantity - Separately Priced Line Item MAR 1989 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-14 Limitations on Subcontracting NOV 2011 52.222-3 Convict Labor JUN 2003 52.222-6 Davis-Bacon Act 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 Davis-Bacon and Related Act 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 FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-27 Affirmative Action Compliance Requirements for Construction FEB 1999 52.222-36 Affirmative Action for Workers with Disabilities JUL 2014 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts JUL 2012 52.223-3 Hazardous Material Identification and Material Safety Data (Alternate I) (JUL 1995) JAN 1997 52.223-4 Recovered Material Certification MAY 2008 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts MAY 2008 52.223-18 Contractor Policy to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUNE 2008 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 Pledge of Assets JAN 2012 52.228-12 Prospective Subcontractor Requests for Bonds MAY 2014 52.228-14 Irrevocable Letter of Credit MAY 2014 52.232-5 Payments under Fixed-Price Construction Contracts 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--Central Contractor Registration JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations DEC 2013 52.233-1 Disputes (Alternate I - DEC 1991) 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 52.236-14 Availability and Use of Utility Services 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 52.242-14 Suspension of Work APR 1984 52.243-4 Changes JUN 2007 52.243-5 Changes and Changed Conditions APR 1984 52.246-12 Inspection of Construction AUG 1996 52.246-21 Warranty of Construction MAR 1994 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) APR 1984 52.249-10 Default (Fixed-Price Construction) APR 1984 52.253-1 Computer Generated Forms JAN 1991 Commerce Acquisition Regulation (CAR) CLAUSES INCORPORATED BY REFERENCE 1352.201-70 Contracting Officer's Authority APR 2010 1352.208-70 Restrictions on Printing & Duplicating APR 2010 1352.209-72 Restrictions Against Disclosure APR 2010 1352.209-73 Compliance with the Laws APR 2010 1352.209-74 Organizational Conflict of Interest APR 2010 1352.219-71 Notification to Delay Performance APR 2010 1352.228-72 Deductibles Under Required Insurance Coverage-Fixed Price APR 2010 1352.237-71 Security Processing Requirements - Low Risk Contracts APR 2010 FAR 52.211-10 Commencement, Prosecution and Completion of Work (APR 1984) The Contractor shall be required to (a) commence work under this contract within 7 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 150 working days after the date the contractor receives the notice-to-proceed. The time stated for completion shall include final cleanup of the premises. (End of Clause) FAR 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 _______________________ [Contracting Officer insert amount] 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) FAR 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm-fixed-price contract resulting from this solicitation. FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 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. (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 (ii) Within 60 to 120 days prior to the exercise date specified in the contract for 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/services/contractingopportunities/sizestandardstopics/. (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 rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, 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 ORCA, or does not have a representation in ORCA 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 re-representation was completed: The Contractor represents that it __ is, __ is not a small business concern under NAICS Code ______________ assigned to contract number (to be determined at time of award). [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) FAR 52.222-8 Payrolls and Basic Records (MAY 2014) (a) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found, under paragraph (d) of the clause entitled Davis-Bacon Act, that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (b)(1) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Contracting Officer. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29CFR 5.5(a)(3)(1), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include individually identifying number for each employee (e.g.; the last four digits of the employees social security number). The required weekly payroll may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. The Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Contracting Officer, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Contractor Officer. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify- (i) That the payroll for the payroll period contains the information required to be maintained under paragraph (a) of this clause and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR Part 3; and (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (b)(2) of this clause. (4) The falsification of any of the certifications in this clause may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United States Code. (c) The Contractor or subcontractor shall make the records required under paragraph (a) of this clause available for inspection, copying, or transcription by the Contracting Officer or authorized representatives of the Contracting Officer or the Department of Labor. The Contractor or subcontractor shall permit the Contracting Officer or representatives of the Contracting Officer or the Department of Labor to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit required records or to make them available, the Contracting Officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (End of clause) FAR 52.225-9 Buy American Act-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 section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into a construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means- (3) 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 (4) 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 the Buy American Act (41 U.S.C. 10a - 10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act 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: The following articles have been determined to be nonavailable in accordance with FAR 25.104: Acetylene, black Agar, bulk Anise Antimony, as metal or oxide Asbestos, amosite, chrysotile, and crocidolite Bauxite Bephenium hydroxynapthoate Bismuth Books, trade, text, technical, or scientific; newspapers; pamphlets; magazines; periodicals; printed briefs and films; not printed in the United States and for which domestic editions are not available Cadmium, ores and flue dust Calcium cyanamide Chalk, English Chrome ore or chromite Cinchona bark Cobalt, in cathodes, rondelles, or other primary ore and metal forms Colchicine alkaloid, raw Copra Cork, wood or bark and waste Cover glass, microscope slide Crane rail (85-pound per foot) Cryolite, natural Dammar gum Diamonds, industrial, stones and abrasives Emetine, bulk Ergot, crude Erythrityl tetranitrate Fibers of the following types: abaca, abace, agave, coir, flax, jute, jute burlaps, palmyra, and sisal Goat and kidskins Goat hair canvas Graphite, natural, crystalline, crucible grade Hand file sets (Swiss pattern) Hemp yarn Hyoscine, bulk Ipecac, root Iodine, crude Kaurigum Lac Leather, sheepskin, hair type Lavender oil Manganese Menthol, natural bulk Mica Microprocessor chips (brought onto a Government construction site as separate units for incorporation into building systems during construction or repair and alteration of real\ property) Modacrylic fiber Nickel, primary, in ingots, pigs, shots, cathodes, or similar forms; nickel oxide and nickel salts Nitroguanidine (also known as picrite) Nux vomica, crude Oiticica oil Petroleum, crude oil, unfinished oils, and finished products Platinum and related group metals, refined, as sponge, powder, ingots, or cast bars Quartz crystals Quebracho Quinidine Rabbit fur felt Radium salts, source and special nuclear materials Rubber, crude and latex Rutile Santonin, crude Secretin Shellac Silk, raw and unmanufactured Spare and replacement parts for equipment of foreign manufacture, and for which domestic parts are not available Talc, block, steatite Tantalum Thread, metallic (gold) Tin in bars, blocks, and pigs Triprolidine hydrochloride Tungsten Wax, carnauba Wire glass Woods; logs, veneer, and lumber of the following species: Alaskan yellow cedar, angelique, balsa, ekki, greenheart, lignum vitae, mahogany, and teak Yarn, 50 Denier rayon None________________________________________________ [Contracting Officer to list applicable excepted materials or indicate "none"] (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that- (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American Act. (1) (i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including- (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (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 Act 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 Act applies, use of foreign construction material is noncompliant with the Buy American Act. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Construction Materials Price Comparison Construction Material Description Unit of Measure Quantity Price (Dollars)* Item 1: Foreign construction material _______ _______ _______ Domestic construction material _______ _______ _______ Item 2: _______ _______ _______ Foreign construction material _______ _______ _______ Domestic construction material [List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.] [Include other applicable supporting information.] [* Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).] FAR 52.228-13 Alternative Payment Protections (JULY 2000) (a) The Contractor shall submit one of the following payment protections: - Irrevocable Letter of Credit - Payment Bond - Certificate of Deposit (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within seven (10) calendar days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. (e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties. (f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement. (End of clause) FAR 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 FAR, or CAR (48 CFR 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) CAR 1352.201-70 Contracting Officer's Authority (April 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. CAR 1352.201-72 Contracting Officer's Representative (COR) (April 2010) (a) (TO BE ASSIGNED AT AWARD BY SEPARATE LETTER is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: TO BE ASSIGNED AT AWARD BY SEPARATE LETTER (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) CAR 1352.209-73 Compliance with the Laws (April 2010) The contractor shall comply with all applicable laws, rules and regulations, which deal with or relate to performance in accord with the terms of the contract. (End of clause) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) CAR 1352.228-70 Insurance Coverage (APR 2010) Pursuant to the FAR Clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable federal and state workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability. (1) The Contractor shall have bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property Damage Liability Insurance shall be required in the amount of tiny_mce_marker. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (e) Vessel Liability. When contract performance involves use of vessels, the Contractor shall provide vessel collision liability and protection and indemnity liability insurance as determined by the Government. (End of clause) CAR 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed Price (APR 2010) When the Government is injured, wholly or partially, as a result of the contractor's actions and such actions are covered by the insurance required by CAR Clause 1352.228-70, Insurance Coverage, the Government is entitled to recover from the contractor the full amount of any such injury attributable to the contractor, regardless of a deductible. The Contracting Officer may offset the amount of recovery against any payment due to the contractor. (End of clause) CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - Special Agency Check (SAC) (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - National Agency Check and Inquiries (NACI) (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of clause) CAR 1352.246-70 Place of Acceptance (April 2010) (a) The Contracting Officer or the duly authorized representative will perform inspection and acceptance of supplies and services to be provided under this contract. (b) The place of acceptance will be: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION Papahanaumokuakea Marine National Monument (PMNM) Moku. Discovery Center, Suites # 202, 203 and 204; 76 Kamehameha Avenue Hilo Hawaii 96720 (End of clause) Utilities The contractor is authorized to use the Government's utilities during the performance of this contract. Definitions For purposes of this solicitation, the terms Offer, Offeror, or Offerors are synonymous with the terms Quote, Quoter, or Quoters. Safety Requirements and Accident Reporting The Contractor shall perform work in a safe manner as required by the Occupational Safety and Health Administration (OSHA) safety and health requirements. The Contractor shall provide a verbal report to the COR as soon as possible (within 1 hour) after of each occurrence of an accident resulting in death, injury, occupational disease, damage to Government property, or adverse environmental impact. In addition, an Accident Prevention Plan stating that the contractor is in compliance with all safety procedures and applicable regulations - to include proper outfitting and provision of safety equipment - shall be provided to the Contracting Officer and COR within 10 calendar days after contract award.   LIST OF DELIVERABLES/SUBMITTALS DELIVERABLE OCCURRENCE DELIVER TO SOLICITATION SECTION CAR 1352.228.70 Insurance Documentation Prior to receipt of the Notice to Proceed CO CAR 1352.237-71 Security Processing Per clause 1352.237-71. COR See Safety Requirements and Accident Reporting Accident Reporting Verbally within 1 hour of each occurrence. COR See Safety Requirements and Accident Reporting Accident Prevention Plan Within 10 calendar days after contract award. CO/COR ### U.S. Department of Labor Wage Determination General Decision Number: HI140001 09/12/2014 HI1 Superseded General Decision Number: HI20130001 State: Hawaii Construction Types: Building, Heavy (Heavy and Dredging), Highway and Residential Counties: Hawaii Statewide. BUILDING CONSTRUCTION PROJECTS; RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories); HEAVY AND HIGHWAY CONSTRUCTION PROJECTS AND DREDGING Modification Number Publication Date 0 01/03/2014 1 02/07/2014 2 03/14/2014 3 04/18/2014 4 05/02/2014 5 06/13/2014 6 06/27/2014 7 07/11/2014 8 07/18/2014 9 07/25/2014 10 09/05/2014 11 09/12/2014 ASBE0132-001 08/29/2010 Rates Fringes Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems. Also the application of firestopping material for wall openings and penetrations in walls, floors, ceilings and curtain walls...............$ 36.65 22.24 ---------------------------------------------------------------- BOIL0627-005 01/01/2013 Rates Fringes BOILERMAKER......................$ 35.20 27.35 ---------------------------------------------------------------- BRHI0001-001 09/03/2012 Rates Fringes BRICKLAYER Bricklayers and Stonemasons.$ 35.35 22.92 Pointers, Caulkers and Weatherproofers.............$ 35.60 22.92 ---------------------------------------------------------------- BRHI0001-002 09/02/2013 Rates Fringes Tile, Marble & Terrazzo Worker Terrazzo Base Grinders......$ 35.29 23.22 Terrazzo Floor Grinders and Tenders.................$ 32.24 23.22 Tile, Marble and Terrazzo Workers.....................$ 37.10 23.22 ---------------------------------------------------------------- CARP0745-001 09/01/2014 Rates Fringes Carpenters: Carpenters; Hardwood Floor Layers; Patent Scaffold Erectors (14 ft. and over); Piledrivers; Pneumatic Nailers; Wood Shinglers and Transit and/or Layout Man...........$ 42.25 20.71 Millwrights and Machine Erectors....................$ 42.50 20.71 Power Saw Operators (2 h.p. and over)..............$ 42.40 20.71 ---------------------------------------------------------------- CARP0745-002 09/01/2014 Rates Fringes Drywall and Acoustical Workers and Lathers..............$ 42.50 20.71 ---------------------------------------------------------------- ELEC1186-001 08/24/2014 Rates Fringes Electricians: Cable Splicers..............$ 46.53 27.74 Electricians................$ 42.30 26.45 Telecommunication worker....$ 23.20 17%+6.35 ---------------------------------------------------------------- ELEC1186-002 08/24/2014 Rates Fringes Line Construction: Cable Splicers..............$ 46.53 27.74 Groundmen/Truck Drivers.....$ 31.73 23.21 Heavy Equipment Operators...$ 38.07 25.15 Linemen.....................$ 42.30 26.45 Telecommunication worker....$ 23.20 17%+$6.35 ---------------------------------------------------------------- ELEV0126-001 01/01/2014 Rates Fringes ELEVATOR MECHANIC................$ 52.10 26.785 a. VACATION: Employer contributes 8% of basic hourly rate for 5 years service and 6% of basic hourly rate for 6 months to 5 years service as vacation pay credit. b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. ---------------------------------------------------------------- ENGI0003-002 09/01/2014 Rates Fringes Diver (Aqua Lung) (Scuba)) Diver (Aqua Lung) (Scuba) (over a depth of 30 feet)...$ 61.50 27.06 Diver (Aqua Lung) (Scuba) (up to a depth of 30 feet)..$ 52.13 27.06 Stand-by Diver (Aqua Lung) (Scuba)....................$ 42.75 27.06 Diver (Other than Aqua Lung) Diver (Other than Aqua Lung).......................$ 61.50 27.06 Diver Tender (Other than Aqua Lung)..................$ 39.72 27.06 Stand-by Diver (Other than Aqua Lung)..................$ 42.75 27.06 Helicopter Work Airborne Hoist Operator for Helicopter..............$ 41.30 27.06 Co-Pilot of Helicopter......$ 41.44 27.06 Pilot of Helicopter.........$ 41.61 27.06 Power equipment operator - tunnel work GROUP 1....................$ 37.74 27.06 GROUP 2....................$ 37.85 27.06 GROUP 3....................$ 38.02 27.06 GROUP 4....................$ 38.29 27.06 GROUP 5....................$ 38.60 27.06 GROUP 6....................$ 39.25 27.06 GROUP 7....................$ 39.57 27.06 GROUP 8....................$ 39.68 27.06 GROUP 9....................$ 39.79 27.06 GROUP 9A...................$ 40.02 27.06 GROUP 10....................$ 40.08 27.06 GROUP 10A...................$ 40.23 27.06 GROUP 11....................$ 40.38 27.06 GROUP 12....................$ 40.74 27.06 GROUP 12A...................$ 41.10 27.06 Power equipment operators: GROUP 1....................$ 37.44 27.06 GROUP 2....................$ 37.55 27.06 GROUP 3....................$ 37.72 27.06 GROUP 4....................$ 37.99 27.06 GROUP 5....................$ 38.30 27.06 GROUP 6....................$ 38.95 27.06 GROUP 7....................$ 39.27 27.06 GROUP 8....................$ 39.38 27.06 GROUP 9....................$ 39.49 27.06 GROUP 9A...................$ 39.72 27.06 GROUP 10....................$ 39.78 27.06 GROUP 10A...................$ 39.93 27.06 GROUP 11....................$ 40.08 27.06 GROUP 12....................$ 40.44 27.06 GROUP 12A...................$ 40.80 27.06 GROUP 13....................$ 37.72 27.06 GROUP 13A...................$ 37.99 27.06 GROUP 13B...................$ 38.30 27.06 GROUP 13C...................$ 38.95 27.06 GROUP 13D...................$ 39.27 27.06 GROUP 13E...................$ 39.38 27.06 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Fork Lift (up to and including 10 tons); Partsman (heavy duty repair shop parts room when needed). GROUP 2: Conveyor Operator (Handling building material); Hydraulic Monitor; Mixer Box Operator (Concrete Plant). GROUP 3: Brakeman; Deckhand; Fireman; Oiler; Oiler/Gradechecker; Signalman; Switchman; Highline Cableway Signalman; Bargeman; Bunkerman; Concrete Curing Machine (self-propelled, automatically applied unit on streets, highways, airports and canals); Leveeman; Roller (5 tons and under); Tugger Hoist. GROUP 4: Boom Truck or dual purpose "A" Frame Truck (5 tons or less); Concrete Placing Boom (Building Construction); Dinky Operator; Elevator Operator; Hoist and/or Winch (one drum); Straddle Truck (Ross Carrier, Hyster and similar). GROUP 5: Asphalt Plant Fireman; Compressors, Pumps, Generators and Welding Machines ("Bank" of 9 or more, individually or collectively); Concrete Pumps or Pumpcrete Guns; Lubrication and Service Engineer (Grease Rack); Screedman. GROUP 6: Boom Truck or Dual Purpose "A"Frame Truck (over 5 tons); Combination Loader/Backhoe (up to and including 3/4 cu. yd.); Concrete Batch Plants (wet or dry); Concrete Cutter, Groover and/or Grinder (self-propelled unit on streets, highways, airports, and canals); Conveyor or Concrete Pump (Truck or Equipment Mounted); Drilling Machinery (not to apply to waterliners, wagon drills or jack hammers); Fork Lift (over 10 tons); Loader (up to and including 3 and 1/2 cu. yds); Lull High Lift (under 40 feet); Lubrication and Service Engineer (Mobile); Maginnis Internal Full Slab Vibrator (on airports, highways, canals and warehouses); Man or Material Hoist; Mechanical Concrete Finisher (Large Clary, Johnson Bidwell, Bridge Deck and similar); Mobile Truck Crane Driver; Portable Shotblast Concrete Cleaning Machine; Portable Boring Machine (under streets, highways, etc.); Portable Crusher; Power Jumbo Operator (setting slip forms, etc., in tunnels); Rollers (over 5 tons); Self-propelled Compactor (single engine); Self-propelled Pavement Breaker; Skidsteer Loader with attachments; Slip Form Pumps (Power driven by hydraulic, electric, air, gas, etc., lifting device for concrete forms); Small Rubber Tired Tractors; Trencher (up to and including 6 feet); Underbridge Personnel Aerial Platform (50 feet of platform or less). GROUP 7: Crusher Plant Engineer, Dozer (D-4, Case 450, John Deere 450, and similar); Dual Drum Mixer, Extend Lift; Hoist and/or Winch (2 drums); Loader (over 3 and 1/2 cu. yds. up to and including 6 yards.); Mechanical Finisher or Spreader Machine (asphalt), (Barber Greene and similar) (Screedman required); Mine or Shaft Hoist; Mobile Concrete Mixer (over 5 tons); Pipe Bending Machine (pipelines only); Pipe Cleaning Machine (tractor propelled and supported); Pipe Wrapping Machine (tractor propelled and supported); Roller Operator (Asphalt); Self-Propelled Elevating Grade Plane; Slusher Operator; Tractor (with boom) (D-6, or similar); Trencher (over 6 feet and less than 200 h.p.); Water Tanker (pulled by Euclids, T-Pulls, DW-10, 20 or 21, or similar); Winchman (Stern Winch on Dredge). GROUP 8: Asphalt Plant Operator; Barge Mate (Seagoing); Cast-in-Place Pipe Laying Machine; Concrete Batch Plant (multiple units); Conveyor Operator (tunnel); Deckmate; Dozer (D-6 and similar); Finishing Machine Operator (airports and highways); Gradesetter; Kolman Loader (and similar); Mucking Machine (Crawler-type); Mucking Machine (Conveyor-type); No-Joint Pipe Laying Machine; Portable Crushing and Screening Plant; Power Blade Operator (under 12); Saurman Type Dragline (up to and including 5 yds.); Stationary Pipe Wrapping, Cleaning and Bending Machine; Surface Heater and Planer Operator, Tractor (D-6 and similar); Tri-Batch Paver; Tunnel Badger; Tunnel Mole and/or Boring Machine Operator Underbridge Personnel Aerial Platform (over 50 feet of platform). GROUP 9: Combination Mixer and Compressor (gunite); Do-Mor Loaderand Adams Elegrader; Dozer (D-7 or equal); Wheel and/or Ladder Trencher (over 6 feet and 200 to 749 h.p.). GROUP 9A: Dozer (D-8 and similar); Gradesetter (when required by the Contractor to work from drawings, plans or specifications without the direct supervision of a foreman or superintendent); Push Cat; Scrapers (up to and including 20 cu. yds); Self-propelled Compactor with Dozer; Self-Propelled, Rubber-Tired Earthmoving Equipment (up to and including 20 cu. yds) (621 Band and similar); Sheep's Foot; Tractor (D-8 and similar); Tractors with boom (larger than D-6, and similar). GROUP 10: Chicago Boom; Cold Planers; Heavy Duty Repairman or Welder; Hoist and/or Winch (3 drums); Hydraulic Skooper (Koehring and similar); Loader (over 6 cu. yds. up to and including 12 cu. yds.); Saurman type Dragline (over 5 cu. yds.); Self-propelled, rubber-tired Earthmoving Equipment (over 20 cu. yds. up to and including 31 cu. yds.) (637D and similar); Soil Stabilizer (P & H or equal); Sub-Grader (Gurries or other automatic type); Tractors (D-9 or equivalent, all attachments); Tractor (Tandem Scraper); Watch Engineer. GROUP 10A: Boat Operator; Cable-operated Crawler Crane (up to and including 25 tons); Cable-operated Power Shovel, Clamshell, Dragline and Backhoe (up to and including 1 cu. yd.); Dozer D9-L; Dozer (D-10, HD41 and similar) (all attachments); Gradall (up to and including 1 cu. yd.); Hydraulic Backhoe (over 3/4 cu. yds. up to and including 2 cu. yds.); Mobile Truck Crane Operator (up to and including 25 tons) (Mobile Truck Crane Driver Required); Self-propelled Boom Type Lifting Device (Center Mount) (up to and including 25 tons) (Grove, Drott, P&H, Pettibone and similar; Trencher (over 6 feet and 750 h.p. or more); Watch Engineer (steam or electric). GROUP 11: Automatic Slip Form Paver (concrete or asphalt); Band Wagon (in conjunction with Wheel Excavator); Cable-operated Crawler Cranes (over 25 tons but less than 50 tons); Cable-operated Power Shovel, Clamshell, Dragline and Backhoe (over 1 cu. yd. up to 7 cu. yds.); Gradall (over 1 cu. yds. up to 7 cu. yds.); DW-10, 20, etc. (Tandem); Earthmoving Machines (multiple propulsion power units and 2 or more Scrapers) (up to and including 35 cu. yds.," struck" m.r.c.); Highline Cableway; Hydraulic Backhoe (over 2 cu. yds. up to and including 4 cu. yds.); Leverman; Lift Slab Machine; Loader (over 12 cu. yds); Master Boat Operator; Mobile Truck Crane Operator (over 25 tons but less than 50 tons); (Mobile Truck Crane Driver required); Pre-stress Wire Wrapping Machine; Self-propelled Boom-type Lifting Device (Center Mount) (over 25 tons m.r.c); Self-propelled Compactor (with multiple-propulsion power units); Single Engine Rubber Tired Earthmoving Machine (with Tandem Scraper); Tandem Cats; Trencher (pulling attached shield). GROUP 12: Clamshell or Dipper Operator; Derricks; Drill Rigs; Multi-Propulsion Earthmoving Machines (2 or more Scrapers) (over 35 cu. yds "struck"m.r.c.); Operators (Derricks, Piledrivers and Cranes); Power Shovels and Draglines (7 cu. yds. m.r.c. and over); Self-propelled rubber-tired Earthmoving equipment (over 31 cu. yds.) (657B and similar); Wheel Excavator (up to and including 750 cu. yds. per hour); Wheel Excavator (over 750 cu. yds. per hour). GROUP 12A: Dozer (D-11 or similar or larger); Hydraulic Excavators (over 4 cu. yds.); Lifting cranes (50 tons and over); Pioneering Dozer/Backhoe (initial clearing and excavation for the purpose of providing access for other equipment where the terrain worked involves 1-to-1 slopes that are 50 feet in height or depth, the scope of this work does not include normal clearing and grubbing on usual hilly terrain nor the excavation work once the access is provided); Power Blade Operator (Cat 12 or equivalent or over); Straddle Lifts (over 50 tons); Tower Crane, Mobile; Traveling Truss Cranes; Universal, Liebher, Linden, and similar types of Tower Cranes (in the erection, dismantling, and moving of equipment there shall be an additional Operating Engineer or Heavy Duty Repairman); Yo-Yo Cat or Dozer. GROUP 13: Truck Driver (Utility, Flatbed, etc.) GROUP 13A: Dump Truck, 8 cu.yds. and under (water level); Water Truck (up to and including 2,000 gallons). GROUP 13B: Water Truck (over 2,000 gallons); Tandem Dump Truck, over 8 cu. yds. (water level). GROUP 13C: Truck Driver (Semi-trailer. Rock Cans, Semi-Dump or Roll-Offs). GROUP 13D: Truck Driver (Slip-In or Pup). GROUP 13E: End Dumps, Unlicensed (Euclid, Mack, Caterpillar or similar); Tractor Trailer (Hauling Equipment); Tandem Trucks hooked up to Trailer (Hauling Equipment) BOOMS AND/OR LEADS (HOURLY PREMIUMS): The Operator of a crane (under 50 tons) with a boom of 80 feet or more (including jib), or of a crane (under 50 tons) with leads of 100 feet or more, shall receive a per hour premium for each hour worked on said crane (under 50 tons) in accordance with the following schedule: Booms of 80 feet up to but not including 130 feet or Leads of 100 feet up to but not including 130 feet 0.50 Booms and/or Leads of 130 feet up to but not including 180 feet 0.75 Booms and/or Leads of 180 feet up to and including 250 feet 1.15 Booms and/or Leads over 250 feet 1.50 The Operator of a crane (50 tons and over) with a boom of 180 feet or more (including jib) shall receive a per hour premium for each hour worked on said crane (50 tons and over) in accordance with the following schedule: Booms of 180 feet up to and including 250 feet 1.25 Booms over 250 feet 1.75 ---------------------------------------------------------------- ENGI0003-004 09/01/2014 Rates Fringes Dredging: (Boat Operators) Boat Deckhand...............$ 37.72 27.06 Boat Operator...............$ 39.93 27.06 Master Boat Operator........$ 40.08 27.06 Dredging: (Clamshell or Dipper Dredging) GROUP 1.....................$ 40.44 27.06 GROUP 2.....................$ 39.78 27.06 GROUP 3.....................$ 39.38 27.06 GROUP 4.....................$ 37.72 27.06 Dredging: (Derricks) GROUP 1.....................$ 40.44 27.06 GROUP 2.....................$ 39.78 27.06 GROUP 3.....................$ 39.38 27.06 GROUP 4.....................$ 37.72 27.06 Dredging: (Hydraulic Suction Dredges) GROUP 1.....................$ 40.08 27.06 GROUP 2.....................$ 39.93 27.06 GROUP 3.....................$ 39.78 27.06 GROUP 4.....................$ 39.72 27.06 GROUP 5.....................$ 37.88 26.76 Group 5.....................$ 39.38 27.06 GROUP 6.....................$ 37.77 26.76 Group 6.....................$ 39.27 27.06 GROUP 7.....................$ 36.22 26.76 Group 7.....................$ 37.72 27.06 CLAMSHELL OR DIPPER DREDGING CLASSIFICATIONS GROUP 1: Clamshell or Dipper Operator. GROUP 2: Mechanic or Welder; Watch Engineer. GROUP 3: Barge Mate; Deckmate. GROUP 4: Bargeman; Deckhand; Fireman; Oiler. HYDRAULIC SUCTION DREDGING CLASSIFICATIONS GROUP 1: Leverman. GROUP 2: Watch Engineer (steam or electric). GROUP 3: Mechanic or Welder. GROUP 4: Dozer Operator. GROUP 5: Deckmate. GROUP 6: Winchman (Stern Winch on Dredge) GROUP 7: Deckhand (can operate anchor scow under direction of Deckmate); Fireman; Leveeman; Oiler. DERRICK CLASSIFICATIONS GROUP 1: Operators (Derricks, Piledrivers and Cranes). GROUP 2: Saurman Type Dragline (over 5 cubic yards). GROUP 3: Deckmate; Saurman Type Dragline (up to and including 5 yards). GROUP 4: Deckhand, Fireman, Oiler. ---------------------------------------------------------------- ENGI0003-044 09/02/2013 Rates Fringes Power Equipment Operators (PAVING) (10) Cold Planer............$ 38.25 26.98 (10)Loader (2 1/2 cu. yds. and under)..................$ 37.42 26.98 (10)Soil Stabilizer.........$ 38.25 26.98 (11)Loader (over 2 1/2 cu. yds. to and including 5 cu. yds.)...................$ 37.74 26.98 (3)Roller Operator (five tons and under).............$ 36.19 26.98 (5)Screed Person............$ 37.42 26.98 (6)Combination Loader/Backhoe (up to 3/4 cu.yd.).....................$ 35.48 26.98 (6)Concrete Saws and/or Grinder (self-propelled unit on streets, highways, airports and canals)........$ 37.42 26.98 (6)Roller Operator (over five tons)..................$ 37.62 26.98 (7)Combination Loader/Backhoe (over 3/4 cu.yd.).....................$ 36.46 26.98 (8) Asphalt Plant Operator..$ 37.89 26.98 Asphalt Concrete Material Transfer....................$ 37.42 26.98 Asphalt Raker...............$ 36.46 26.98 Asphalt Spreader Operator...$ 37.94 26.98 Grader......................$ 38.25 26.98 Laborer, Hand Roller........$ 35.96 26.98 ---------------------------------------------------------------- IRON0625-001 09/01/2013 Rates Fringes Ironworkers:.....................$ 34.75 28.41 a. Employees will be paid $.50 per hour more while working in tunnels and coffer dams; $1.00 per hour more when required to work under or are covered with water (submerged) and when they are required to work on the summit of Mauna Kea, Mauna Loa or Haleakala. ---------------------------------------------------------------- LABO0368-001 09/02/2013 Rates Fringes Laborers: Driller.....................$ 33.30 15.96 Final Clean Up..............$ 23.70 11.77 Gunite Operator & High Scaler......................$ 32.80 15.96 Laborer I...................$ 32.30 15.96 Laborer II..................$ 29.70 15.96 Powderman...................$ 33.30 15.96 Window Washer (bosun chair).$ 31.80 15.96 LABORERS CLASSIFICATIONS Laborer I: Asbestos Removal Worker (EPA certified workers); Asphalt Laborer, Ironer, Raker, Luteman, and Handroller, and all types of Asphalt Spreader Boxes; Asphalt Shoveler; Assembly and Installation of Multiplates, Liner Plates, Rings, Mesh, Mats; Batching Plant (portable and temporary); Boring Machine Operator (under streets and sidewalks); Buggymobile; Burning, Welding, Signalling, Choke Setting, and Rigging in connection with Laborers' work (except demolition); Chainsaw, Faller, Logloader, and Bucker; Compactors (Jackson Jumping Jack and similar); Concrete Bucket Dumpman; Concrete Chipping; Concrete Chuteman/Hoseman (pouring concrete) (the handling of the chute from ready-mix trucks for such jobs as walls, slabs, decks, floors, foundations, footings, curbs, gutters, and sidewalks); Concrete Core Cutter (Walls, Floors, and Ceiling); Concrete Grinding or Sanding; Concrete: Hooking on, signaling, dumping of concrete for treme work over water on caissons, pilings, abutments, etc.; Concrete: Mixing, handling, conveying, pouring, vibrating, otherwise placing of concrete or aggregates or by any other process; Concrete: Operation of motorized wheelbarrows or buggies or machines of similar character, whether run by gas, diesel, or electric power; Concrete Placement Machine Operator: operation of Somero Hammerhead, Copperheads, or similar machines; Concrete Pump Machine (laying, coupling, uncoupling of all connections and cleaning of equipment); Concrete and/or Asphalt Saw (Walking or Handtype) (cutting walls or flatwork) (scoring old or new concrete and/or asphalt) (cutting for expansion joints) (streets and ways for laying of pipe, cable or conduit for all purposes); Concrete Shovelers/Laborers (Wet or Dry); Concrete Screeding for Rough Strike-Off: Rodding or striking-off, by hand or mechanical means prior to finishing; Concrete Vibrator Operator; Coring Holes: Walls, footings, piers or other obstructions for passage of pipes or conduits for any purpose and the pouring of concrete to secure the hole; Curbing (Concrete and Asphalt); Curing of Concrete (impervious membrane and form oiler) mortar and other materials by any mode or method; Cut Granite Curb Setter (setting, leveling and grouting of all precast concrete or stone curbs); Cutting and Burning Torch (demolition); Dri Pak-It Machine; Falling, bucking, yarding, loading or burning of all trees or timber on construction site; Forklift (9 ft. and under); Grating and Grill work for drains or other purposes; Green Cutter of concrete or aggregate in any form, by hand, mechanical means, grindstone or air and/or water; Grout: Spreading for any purpose; Guinea Chaser (Grade Checker) for general utility trenches, sitework, and excavation; Headerboard Man (Asphalt or Concrete); Heat Welder of Plastic (Laborers' AGC certified workers) (when work involves waterproofing for waterponds, artificial lakes and reservoir, or heat welding for sewer pipes); Heavy Highway Laborer (Rigging, signaling, handling, and installation of pre-cast catch basins, manholes, curbs and gutters); High Pressure Nozzleman - Hydraulic Monitor (over 100# pressure); Installation of lightweight backfill; Jackhammer Operator; Jacking of slip forms: All semi and unskilled work connected therewithin; Laying of all multi-cell conduit or multi-purpose pipe; Lead base paint abatement laborers (EPA certified workers); Magnesite and Mastic Workers (Wet or Dry)(including mixer operator); Mason Tender,Mortar Man; Mortar Mixer (Block, Brick, Masonry, and Plastering); Nozzleman (Sandblasting and/or Water Blasting): handling, placing and opertion of nozzle; Operation, Manual or Hydraulic jacking of shields and the use of such other mechanical equipment as may be necessary; Pavement Breakers; Paving, curbing and surfacing of streets, ways, courts, under and overpasses, bridges, approaches, slope walls, and all other labor connected therewith; Pilecutters; Pipe Accessment in place, bolting and lining up of sectional metal or other pipe including corrugated pipe; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit, and any other stationary-type of tubular device used for conveying of any substance or element, whether water, sewage, solid, gas, air, or other product whatsoever and without regard to the nature of material from which tubular material is fabricated; No-joint pipe and stripping of same, Pipewrapper, Caulker, Bander, Kettlemen, and men applying asphalt, Laykold, treating Creosote and similar-type materials (6-inch) pipe and over); Piping: resurfacing and paving of all ditches in preparation for laying of all pipes; Pipe laying of lateral sewer pipe from main or side sewer to buildings or structure (except Contactor may direct work be done under proper supervision); Pipe laying, leveling and marking of the joint used for main or side sewers and storm sewers; Laying of all clay, terra cotta, ironstone, vitrified concrete or other pipe for drainage; Placing and setting of water mains, gas mains and all pipe including removal of skids; Plaster Mortar Mixer/Pump; Pneumatic Impact Wrench; Portable Sawmill Operation: Choker setters, off bearers, and lumber handlers connected with clearing; Posthole Digger (Hand Held, Gas, Air and Electric); Power Broom Sweepers (Small); Preparation and Compaction of roadbeds for railroad track laying, highway construction, and the preparation of trenches, footings, etc., for cross-country transmission by pipelines, electrical transmission or underground lines or cables (by mechanical means); Raising of structure by manual or hydraulic jacks or other methods and resetting of structure in new locations, including all concrete work; Ramming or compaction; Riprap, Stonepaver, and Rock Slinger (includes placement of stacked concrete, wet or dry and loading, unloading, signaling, slinging and setting of other similar materials); Rotary Scarifier (including multiple head concrete chipping Scarifier); Salamander Heater, Drying of plaster, concrete mortar or other aggregate; Scaffold Erector Leadman; Scaffolds: (Swing and hanging) including maintenance thereof; Scaler; Septic Tank/Cesspool and Drain Fields Digger and Installer; Shredder/Chipper (tree branches, brush, etc.); Stripping and Setting Forms; Stripping of Forms: Other than panel forms which are to be re-used in their original form, and stripping of forms on all flat arch work; Tampers (Barko, Wacker, and similar type); Tank Scaler and Cleaners; Tarman; Tree Climbers and Trimmers; Trencher (includes hand-held, Davis T-66 and similar type); Trucks (flatbed up to and including 2 1/2 tons when used in connection with on-site Laborers'work; Trucks (Refuse and Garbage Disposal) (from job site to dump); Vibra-Screed (Bull Float in connection with Laborers' work); Well Points, Installation of or any other dewatering system. Laborer II: Air Blasting; Appliance Handling (job site) (after delivery and unloading in storage area); Asphalt Plant Laborer; Backfilling, Grading and all other labor connected therewith; Boring Machine; Bridge Laborer; Burning of all debris (crates, boxes, packaging waste materials); Chainman, Rodmen, and Grade Markers; Cleaning and Clearing of all debris; Cleaning, clearing, grading and/or removal for streets, highways, roadways, aprons, runways, sidewalks, parking areas, airports, approaches, and other similar installations; Cleaning or reconditioning of streets, ways, sewers and waterlines, all maintenance work and work of an unskilled and semi-skilled nature; Cleanup of Grounds and Buildings (other than "Light Clean-Up") (Janitorial Laborer); Clean-up of right-of-way; Clearing and slashing of brush or trees by hand or mechanical cutting; Concrete Bucket Tender (Groundman) hooking and unhooking of bucket; Concrete Forms; moving, cleaning, oiling and carrying to the next point of erection of all forms; Concrete Products Plant Laborers; Conveyor Tender (conveying of building materials); Cribbers, Shorer, Lagging, Sheeting, and Trench Jacking and Bracing, Hand-Guided Lagging Hammer Whaling Bracing; Crushed Stone Yards and Gravel and Sand Pit Laborers and all other similar plants; Demolition, Wrecking and Salvage Laborers: Wrecking and dismantling of buildings and all structures, with use of cutting or wrecking tools, burning or cutting, breaking away, cleaning and removal of all masonry, wood or metal fixtures for salvage or scrap, All hooking, unhooking, signaling of materials for salvage or scrap removed by crane or derrick; Digging under streets, roadways, aprons or other paved surfaces; Chuck Tender, Outside Nipper; Dry-packing of concrete (plugging and filling of she-bolt holes); Excavation, Preparation of street ways and bridges; Fence and/or Guardrail Erector: Dismantling and/or re-installation of all fence; Finegrader; Firewatcher; Flagman (Coning, preparing, stablishing and removing portable roadway barricade devices); Signal Men on all construction work defined herein, including Traffic Control Signal Men at construction site; Garbage and Debris Handlers and Cleaners; Gas, Pneumatic, and Electric Tools, not listed Group 1 (except Rototiller); General Clean-up: sweeeping, cleaning, washdown, wiping of construction facility, and equipment (other than "Light Clean-up" [Janitorial] Laborer); General Excavation and Grading (all labor connected therewith); Digging of trenches, ditches and manholes and the leveling, grading and other preparation prior to laying pipe or conduit for any purpose; Excavations and foundations for buildings, piers, foundations and holes, and all other construction; General Laborer; Ground and Soil Treatment Work (Pest Control); Junk Yard Laborers (same as Salvage Yard); Landscape Nursery Laborers; Laser Beam "Target Man" in connection with Laborers' work; Layout Person for Plastic (when work involves waterproofing for waterponds, artificial lakes and reservoirs); Limbers, Brush Loaders, and Pilers; Loading, Unloading, carrying, distributing and handling of all rods and material for use in reinforcing concrete construction (except when a derrick or outrigger operated by other than hand power is used); Loading, unloading, sorting, stockpiling, handling and distribution of water mains, gas mains and all pipes; Loading and unloading of all materials, fixtures, furnishings and appliances from point of delivery to stockkpile to point of installation; hooking and signalling from truck, conveyance or stockpile; Material Yard Laborers; Pipelayer Tender; Pipewrapper, Caulker, Bander, Kettlemen, and men applying asphalt, Laykold, Creosote, and similar-type materials (pipe under 6 inches); Plasterer Laborer (including Hod Carrier); Preparation, construction and maintenance of roadbeds and sub-grade for all paving, including excavation, dumping, and spreading of sub-grade material; Prestressed or precast concrete slabs, walls, or sections: all loading, unloading, stockpiling, hooking on of such slabs, walls or sections; Quarry Laborers; Railroad, Streetcar, and Rail Transit Maintenance and Repair; Removal of surplus material; Roustabout; Rubbish Trucks in connection with Building Construction Projects (excluding clearing, grubbing, and excavating); Salvage Yard: All work connected with cutting, cleaning, storing, stockpiling or handling of materials, all cleanup, removal of debris, burning, back-filling and landscaping of the site; Sandblasting (Pot Tender): Hoses and pots or markers; Scaffolds: Erection, planking and removal of all scaffolds used for support for lathers, plasters, brick layers, masons, and other construction trades crafts; Scaffolds: (Specially designed by carpenters) laborers shall tend said carpenter on erection and dismantling thereof, preparation for foundation or mudsills, maintenance; Scraping of floors; Screeds: Handling of all screeds to be reused; handling, dismantling and conveyance of screeds; Setting, leveling and securing or bracing of metal or other road forms and expansion joints; Sheeting Piling/trench shoring (handling and placing of skip sheet or wood plank trench shoring); Ship Scalers; Sign Erector (subdivision traffic, regulatory, and street-name signs); Sloper; Slurry Seal Crews (Mixer Operator, Applicator, Squeegee Man, Shuttle Man, Top Man); Snapping of wall ties and removal of tie rods; Soil Test operations of semi and unskilled labor such as filling sand bags; Striper (Asphalt, Concrete or other Paved Surfaces); Tagging and Signaling of all building materials into high-rise units; Tool Room Attendant (Job Site); Traffic Delineating Device Applicator; Underpinning, lagging, bracing, propping and shoring, loading, signaling, right-of-way clearance along the route of movement, The clearance of new site, excavation of foundation when moving a house or structure from old site to new site; Utilities employees; Water Man; Waterscape/Hardscape Laborers; Wire Mesh Pulling (all concrete pouring operations); Wrecking, stripping, dismantling and handling concrete forms an false work. ---------------------------------------------------------------- LABO0368-002 09/01/2014 Rates Fringes Landscape & Irrigation Laborers GROUP 1.....................$ 23.20 10.11 GROUP 2.....................$ 23.70 10.11 GROUP 3.....................$ 19.70 10.11 LABORERS CLASSIFICATIONS GROUP 1: Installation of non-potable permanent or temporary irrigation water systems performed for the purposes of Landscaping and Irrigation architectural horticultural work; the installation of drinking fountains and permanent or temporary irrigation systems using potable water for Landscaping and Irrigation architectural horticultural purposes only. This work includes (a) the installation of all heads, risers, valves, valve boxes, vacuum breakers (pressure and non-pressure), low voltage electrical lines and, provided such work involves electrical wiring that will carry 24 volts or less, the installation of sensors, master control panels, display boards, junction boxes, conductors, including all other components for controllers, (b) and metallic (copper, brass, galvanized, or similar) pipe, as well as PVC or other plastic pipe including all work incidental thereto, i.e., unloading, handling and distribution of all pipes fittings, tools, materials and equipment, (c) all soldering work in connection with the above whether done by torch, soldering iron, or other means; (d) tie-in to main lines, thrust blocks (both precast and poured in place), pipe hangers and supports incidental to installation of the entire irrigation system, (e) making of pressure tests, start-up testing, flushing, purging, water balancing, placing into operation all irrigation equipment, fixtures and appurtenances installed under this agreement, and (f) the fabrication, replacement, repair and servicing oflandscaping and irrigation systems. Operation of hand-held gas, air, electric, or self-powered tools and equipment used in the performance of Landscape and Irrigation work in connection with architectural horticulture; Choke-setting, signaling, and rigging for equipment operators on job-site in the performance of such Landscaping and Irrigation work; Concrete work (wet or dry) performed in connection with such Landscaping and Irrigation work. This work shall also include the setting of rock, stone, or riprap in connection with such Landscape, Waterscape, Rockscape, and Irrigation work; Grubbing, pick and shovel excavation, and hand rolling or tamping in connection with the performance of such Landscaping and Irrigation work; Sprigging, handseeding, and planting of trees, shrubs, ground covers, and other plantings and the performance of all types of gardening and horticultural work relating to said planting; Operation of flat bed trucks (up to and including 2 1/2 tons).: GROUP 2. Layout of irrigation and other non-potable irrigation water systems and the layout of drinking fountains and other potable irrigation water systems in connection with such Landscaping and Irrigation work. This includes the layout of all heads, risers, valves, valve boxes, vacuum breakers, low voltage electrical lines, hydraulic and electrical controllers, and metallic (coppers, brass, galvanized, or similar) pipe, as well as PVC or other plastic pipe. This work also includes the reading and interpretation of plans and specifications in connection with the layout of Landscaping, Rockscape, Waterscape, and Irrigation work; Operation of Hydro-Mulching machines (sprayman and driver), Drillers, Trenchers (riding type, Davis T-66, and similar) and fork lifts used in connection with the performance of such Landscaping and Irrigation work; Tree climbers and chain saw tree trimmers, Sporadic operation (when used in connection with Landscaping, Rockscape, Waterscape, and Irrigation work) of Skid-Steer Loaders (Bobcat and similar), Cranes (Bantam, Grove, and similar), Hoptos, Backhoes, Loaders, Rollers, and Dozers (Case, John Deere, and similar), Water Trucks, Trucks requiring a State of Hawaii Public Utilities Commission Type 5 and/or type 7 license, sit-down type and "gang" mowers, and other self-propelled, sit-down operated machines not listed under Landscape & Irrigation Maintenance Laborer; Chemical spraying using self-propelled power spraying equipment (200 gallon capacity or more). GROUP 3: Maintenance of trees, shrubs, ground covers, lawns and other planted areas, including the replanting of trees, shrubs, ground covers, and other plantings that did not "take" or which are damaged; provided, however, that re-planting that requires the use of equipment, machinery, or power tools shall be paid for at the rate of pay specified under Landscape and Irrigation Laborer, Group 1; Raking, mowing, trimming, and runing, including the use of "weed eaters", hedge trimmers, vacuums, blowers, and other hand-held gas, air, electric, or self-powered tools, and the operation of lawn mowers (Note: The operation of sit-down type and "gang" mowers shall be paid for at the rate of pay specified under Landscape & Irrigation Laborer, Group 2); Guywiring, staking, propping, and supporting trees; Fertilizing, Chemical spraying using spray equipment with less than 200 gallon capacity, Maintaining irrigation and sprinkler systems, including the staking, clamping, and adjustment of risers, and the adjustment and/or replacement of sprinkler heads, (Note: the cleaning and gluing of pipe and fittings shall be paid for at the rate of pay specified under Landscape & Irrigation Laborer(Group 1); Watering by hand or sprinkler system and the peformance of other types of gardening, yardman, and horticultural-related work. ---------------------------------------------------------------- LABO0368-003 09/02/2013 Rates Fringes Underground Laborer GROUP 1.....................$ 32.90 15.96 GROUP 2.....................$ 34.40 15.96 GROUP 3.....................$ 34.90 15.96 GROUP 4.....................$ 35.90 15.96 GROUP 5.....................$ 36.25 15.96 GROUP 6.....................$ 36.50 15.96 GROUP 7.....................$ 36.95 15.96 GROUP 1: Watchmen; Change House Attendant. GROUP 2: Swamper; Brakeman; Bull Gang-Muckers, Trackmen; Dumpmen (any method); Concrete Crew (includes rodding and spreading); Grout Crew; Reboundmen GROUP 3: Chucktenders and Cabletenders; Powderman (Prime House); Vibratorman, Pavement Breakers GROUP 4: Miners - Tunnel (including top and bottom man on shaft and raise work); Timberman, Retimberman (wood or steel or substitute materials thereof); Blasters, Drillers, Powderman (in heading); Microtunnel Laborer; Headman; Cherry Pickerman (where car is lifted); Nipper; Grout Gunmen; Grout Pumpman & Potman; Gunite, Shotcrete Gunmen & Potmen; Concrete Finisher (in tunnel); Concrete Screed Man; Bit Grinder; Steel Form Raisers & Setters; High Pressure Nozzleman; Nozzleman (on slick line); Sandblaster-Potman (combination work assignment interchangeable); Tugger GROUP 5: Shaft Work & Raise (below actual or excavated ground level); Diamond Driller; Gunite or Shotcrete Nozzleman; Rodman; Groundman GROUP 6: Shifter GROUP 7: Shifter (Shaft Work & Raiser) ---------------------------------------------------------------- PAIN1791-001 07/01/2014 Rates Fringes Painters: Brush.......................$ 34.35 26.20 Sandblaster; Spray..........$ 34.35 26.20 ---------------------------------------------------------------- PAIN1889-001 07/01/2014 Rates Fringes Glaziers.........................$ 34.10 27.29 ---------------------------------------------------------------- PAIN1926-001 02/24/2013 Rates Fringes Soft Floor Layers................$ 29.14 22.91 ---------------------------------------------------------------- PAIN1944-001 01/01/2014 Rates Fringes Taper............................$ 40.00 20.45 ---------------------------------------------------------------- PLAS0630-001 09/03/2012 Rates Fringes PLASTERER........................$ 36.14 22.92 ---------------------------------------------------------------- PLAS0630-002 09/03/2012 Rates Fringes Cement Masons: Cement Masons...............$ 35.30 22.72 Trowel Machine Operators....$ 35.45 22.72 ---------------------------------------------------------------- PLUM0675-001 07/06/2014 Rates Fringes Plumber, Pipefitter, Steamfitter & Sprinkler Fitter...$ 38.85 24.11 ---------------------------------------------------------------- * ROOF0221-001 09/07/2014 Rates Fringes Roofers (Including Built Up, Composition and Single Ply)......$ 38.10 17.13 ---------------------------------------------------------------- SHEE0293-001 09/01/2013 Rates Fringes Sheet metal worker...............$ 37.25 22.73 ---------------------------------------------------------------- SUHI1997-002 09/15/1997 Rates Fringes Drapery Installer................$ 13.60 1.20 FENCE ERECTOR (Chain Link Fence)...........................$ 9.33 1.65 ---------------------------------------------------------------- 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- 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. END OF GENERAL DECISION Attachments LIST OF ATTACHMENTS HEREBY MADE A PART OF THIS SOLICITATION AND ANY RESULTANT CONTRACT (AVAILABLE FOR DOWNLOAD AS A SEPARATE LINK ON FEDBIZOPPS.GOV) Attachment 1 - Statement of Work PART III - CONSTRUCTION PROVISIONS (FIXED-PRICE) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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: https://www.acquisition.gov/far/index.html (End of provision) PROVISION NUMBER TITLE DATE 52.236-28 Preparation of Proposals - Construction OCT 1997 52.204-6 Data Universal Numbering System Number DEC 2012 52.252-5 Authorized Deviations in Provisions. (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Federal Acquisition Regulation provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) FAR 52.222-5 Davis Bacon Act-Secondary Site of Work (JUL 2005) (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, Davis-Bacon Act, 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) FAR 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 69.1% 6.9% 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 ______________________. (End of provision) FAR 52.225-10 Notice of Buy American Act--Construction Materials (FEB 2009) (Alternate I--May 2002) (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 Act-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 Act 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 Act 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 Act, based on claimed unreasonable cost of domestic construction material, by adding to the 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. CAR 1352.213-71 Instructions for Submitting Quotations Under the Simplified Acquisition Threshold - Non-Commercial (APR 2010) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 238320/ $15.0 million. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. At a minimum, quotations must show- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Acknowledgment of solicitation amendments; (4) A technical description showing that the offeror can supply the requirements in the specifications or statement of work in sufficient detail to allow the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. (5) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and reference information (including contract numbers, points of contact with telephone numbers and other relevant information). (6) Price and any supporting details for the price, as requested in the solicitation. (c) Offerors are responsible for submitting quotations, and any modifications thereto, so as to reach the Government office designated in the solicitation by the time specified. The offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. Additional Instructions for Past Performance QUALITY ASSURANCE 1. The roofing system installer shall be factory trained, and approved by the TPO manufacturer with a minimum of 5 years of experience in applying TPO roofing. 2. Roofer shall be trained on all safety requirements while working on roofs and shall have a minimum of 5 years of experience. Quoters must submit at least three examples previous contracts performed that are similar in nature to the requirements (and completed in the past five (5) years). Contracts may include Federal contracts, contracts with state and local agencies and commercial customers. The listing of the previous contracts must contain the firms' name, a point of contact, a telephone number of the contact and an email address. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: DOC, NOAA, WESTERN ACQUISITION DIVISION ATTN: LINDA GRUBER 7600 SAND POINT WAY NE SEATTLE, WA 98115 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: MR. BARRY E. BERKOWITZ U.S. DEPARTMENT OF COMMERCE OFFICE OF ACQUISITION MANAGEMENT 1401 CONSTITUTION AVE, NW ROOM 6422 WASHINGTON, DC 20230 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. DEPARTMENT OF COMMERCE OFFICE OF THE GENERAL COUNSEL CHIEF, CONTRACT LAW DIVISION ROOM 5893 HERBERT C. HOOVER BUILDING 14TH STREET AND CONSTITUTION AVENUE, N.W. WASHINGTON, D.C. 20230 FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. DEPARTMENT OF COMMERCE OFFICE OF THE GENERAL COUNSEL CHIEF, CONTRACT LAW DIVISION ROOM 5893 HERBERT C. HOOVER BUILDING 14TH STREET AND CONSTITUTION AVENUE, N.W. WASHINGTON, D.C. 20230. FAX: (202) 482-5858 1352.242-70 POSTAWARD CONFERENCE (APR 2010) A postaward conference with the successful offeror may be required. If required, the Contracting Officer will contact the contractor within 10 days of contract award to arrange the conference. PART IV - DESCRIPTION / STATEMENT OF WORK STATEMENT OF WORK Mokupāpapa Discovery Center Interior Painting Project Introduction The National Oceanic Atmospheric Administration (NOAA) is a United States Federal agency dedicated to understanding and predicting changes in the Earth's environment and to conserve and manage coastal and marine resources to meet United States economic, social, and environmental needs. NOAA is the steward of national coastal and marine environments. In coordination with federal, state, local, tribal and international authorities, NOAA manages the use of these environments, regulating fisheries and marine protected areas as well as protecting threatened and endangered marine species. The Office of National Marine Sanctuaries (ONMS), established in 1972 by the National Marine Sanctuaries Act (NMSA) and administered by NOAA, protects a network of special marine and freshwater areas. The goal of the NMSA is to set aside and manage areas for resource protection, research, enhanced public education, and compatible public and private uses. Management activities for each sanctuary are detailed in site-specific management plans which outline regulatory goals, describe boundaries, identify staffing and budget needs, set priorities and performance measures for resource protection, research, and education programs. Mokupāpapa Discovery Center (MDC) is an educational center designed to interpret the natural and cultural history of the NWHI and the surrounding coral reef ecosystem. In March 2014, Mokupāpapa Discovery Center re-opened to the public after relocating to a new location that is 5x larger than the previous location of 4,500sq. ft space. The new facility is free to the public and is open Tuesday through Saturday, 9am to 4pm, excluding Federal holidays. The center was constructed to interpret the natural science, culture, and history of the NWHI (Northwestern Hawaiian Islands) and surrounding marine environment. Interactive displays, engaging three-dimentionsional models and educational area allow the visitor to experience the wonder and majesty of theis special ocean region. A 3,500 gallon salt-water aquarium provides a habitat for some of the fishes from Hawaiian reefs. Large and colorful graphic panels with interpretive text in both Hawaiian and English introduce the visitor to the NWHI, its geography, cultural history, and ecology. Beautiful photographs from the NWHI are spread throughout the Center as well as a wall murals by local artists Kahi Ching and Layne Luna. In addition on the second floor is an award winning Maritime Heritage exhibit which includes artifacts from two shipwreck sites of the NWHI. These include the Parker, an American whaling ship wrecked in a violent storm in 1842; and the USS Saginaw, a side wheel steamer of the US Navy wrecked in 1870 after a failed attempt to dredge a channel through Midway Atoll. The exhibits cover many aspects of Papahānaumokuākea Marine National Monument. Mokupāpapa Discovery Center has been in operation for 11 years and has demonstrated its value to the community and to visitors alike. Objective The objective is to hire an interior painting service for the second floor at the Mokupāpapa Discovery Center. Over 60,000 people visit the MDC each year which includes the general public, school groups and partnering organizations. The area for which the services are requested will be utilized to expand the current education programs and meeting space for larger group usage. Wear and tear, along with soiling, has faded the existing paint in most areas of suites 202, 203 and 204. In addition, there are new areas of wall space that have been freshly taped and drywalled which is ready for primer and finishing coats. Quotes should include materials, supplies, equipment and labor for sanding, preparation of surfaces, primer and up to two finishing coats on the interior walls, perlins, rafters and window trims as necessary to achieve a uniform and complete finish. This contract for services will assist in improving the overall appearance of the facility and will enhance existing exhibit space; provide an additional large training area to host audiences of up to 300 to 400 people. Scope of Work The contractor shall provide all materials, equipment, labor and supervision needed to meet all requirements in the Statement/Scope of Work. All minimum technical requirements must be met in order to be considered technically acceptable. Minimum Technical Requirements (please mark circle with check or "x" as acknowledgement that item/task can be met): o Contractor shall provide all Labor, Materials, Equipment, and Supervision to repaint interior facility (approximately 8,000 square feet): o Materials, supplies, equipment and labor for sanding is required o Materials, supplies, equipment and labor for preparation of surfaces is required o Materials, supplies, equipment and labor for up to two finishing coats on the interior walls, purlins, rafters and window trims to achieve uniform and complete finish is required. o Contractor will provide surface preparation and interior finishes to Mokupāpapa Discovery Center's suites 202, 203 and 204. o Coating product will be of high quality of hue, Light Reflectance Value (LRV) and chroma. o Color Palette colors fall between 04 and 83. o LRV between 04 and 80. o Chroma - similar to color saturation/intensity of paint used in Suites 101 and 201. o Please provide SPECS for paint product. o Contractor responsible for measuring the facility where work is to be performed. o Contractor responsible for finishing coats of the interior walls from base to open beam ceiling edge, ceiling purlins/rafters/support rods, metal columns, door, door frames and window trims. o Spot primer will be applied on existing interior walls with full primer on new wall space. o High performance coasting finish, repair products and sealants will be used on all surfaces: mineral (emulsions), metal (metal paints, wood (varnishes and wood preservers) and to all stages of painting (undercoats, primers, final finishing). o Contractor will ensure proper protective material is placed on windows and where emergency signage, lights, and fire extinguishers are located in order to prevent damage or over spray. o Finish shall include the minimum number of coats required to achieve a uniform and complete finish and coverage. Please indicate how many coats you will apply as a minimum in order to achieve this technical requirement: ______________ o Depending on level of wear, discoloration, etc. either a single finish coat or up to one coat of primer and two coats of finish may be required. o For areas that are repaired, spackled, puttied, or taped, finish will need to include a spot primer and one to two coats of finish to achieve a uniform and complete finish. o Area or work will be organized, maintenance and secured daily. o All materials will be stored properly in marked work area away from stairways, freight elevator, exit doors and areas of rescue. OTHER: Contractors shall include the number of years of experience in their quote package. Contractor service area must be clear and free of existing office furniture and exhibits prior to work by NOAA/PMNM staff. Work will be performed between the hours of 7am to 4pm, Monday through Saturday. Area of work will be organized, maintained and secured daily. All materials will be stored properly in marked work area away from stairways, freight elevator, exit doors and Areas of Rescue. For Emergency Purposes: Areas of Rescue, Emergency Exits and marked emergency pathways must be kept clear and free at all times during normal business hours, 9am to 4pm, Tuesday through Saturday. Delivery 1) Contractor must deliver: 1. Deliverable A) Surface Preparation to Suite 202, 203 and 204  Clean all surfaces to be coated  Remove all loose or peeling paint  Caulk all open joints as necessary  Spackle/Putty all open nail heads, holes etc.  one coat primer on new walls  spot primer on other interior walls/beams/frames as necessary 2. Deliverable B) Interior Finishes to Suite 202, 203 and 204 to include:  Two coats finish all interior walls/beams/trims/perlins/rafters/frames • Contractor must deliver painting service on or before 1/31/15. • Contractor must deliver the service to: NOAA/ Papahānaumokuākea Marine National Monument Mokupāpapa Discovery Center, Suites 202, 203 and 204 76 Kamehameha Avenue Hilo, HI 96720 Government -Furnished Property (GFP) There will be no Government-furnished property provided to the Contractor. IT Security Requirements The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. The contractor will not have access to any government owned IT equipment or be furnished government privileged information. Travel Requirements Travel is not required. Special Material Requirements High performance coating-finish, repair products and sealants to be used on all surfaces: mineral (emulsions), metal (metal paints, wood (varnishes and wood preservers) and to all stages of painting(undercoats, primers, final finishing). The color of the coating will be provided to potential vendor when chosen and should be of high quality, light reflectance value and chroma. Other Unique Requirements There are no other unique requirements. Printing No printing services will apply to this contract. Place of Performance NOAA/ Papahānaumokuākea Marine National Monument Mokupāpapa Discovery Center, Suites 202, 203 and 204 76 Kamehameha Avenue Hilo, HI 96720 Period of Performance The period of performance for this contract is Date of Award through January 31, 2015, unless extended by written mutual agreement. Option Years No optional years are required. Inspection and Acceptance Before starting work on any given task under this contract, the contractor will submit a brief plan (including estimated labor, costs and timetable) to make sure that any changes that need to be made from the original contract proposal are agreed upon and clear to all parties. Upon completion of a task, one original and two copies of all invoices shall be submitted to the Contracting Representative (see below). Invoices should have a unique invoice number, contract number, and provide a detailed breakdown of the money spent and work completed. COR DESIGNATION Stephanie Fisher is hereby designated as the Government's Contracting Officer Representative (COR). In this capacity, this person will inspect and accept services rendered in this contract on behalf of the Government. The COR is located at: Contracting Officer's Representative (COR): Stephanie Fisher, Program Specialist NOAA IRC/Papahānaumokuākea Marine National Monument 1845 Wasp Blvd., Building 176 Honolulu, HI 96818 Phone: 808-725-5824 Fax: 808-445-3093 The responsibilities and limitation of the COR are as follows: The COR is responsible for the technical aspects of the project and technical liaison with the Contractor. The COR is also responsible for the final acceptance of all reports, and such other responsibilities as may be specified in this contract. The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, scope of work or terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the prior authorization of the Contracting Officer. The COTR may designate an assistant COR to act for them by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. Contact for Technical Information and/or Questions: Virginia Branco is hereby designated as the government's contact for technical information and/or questions. In this capacity, this will inspect and accept services rendered in this contract on behalf of the Government. The contact for technical information is located at: Virginia Branco NOAA/ Papahānaumokuākea Marine National Monument Mokupāpapa Discovery Center 76 Kamehameha Avenue Hilo, HI 96720 Phone: 808-933-8180 Fax: 808-933-8186 The responsibilities and limitation of the above designated contact are as follows: Responsible for the technical aspects of the project and technical liaison with the Contractor and for the final acceptance of all reports and such other responsibilities as may be specified in this contract. The above designated contact is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, scope of work, or terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the above designated contact. No such changes shall be made without the prior authorization of the Contracting Officer. The above designated contact may designate an assistant to act for them by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. More Information For more information about the Papahānaumokuākea Marine National Monument, visit www.papahanaumokuakea.gov. PART V - CONSTRUCTION REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS (FIXED-PRICE) ***Note: Offeror must complete and return this section with quote. *** 52.204-8 Annual Representations and Certifications (FEB 2009) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238320. (2) The small business size standard is $15.0 million. (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 clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA 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: [ ] (i) Paragraph (d) applies. [ ] (ii) 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 ORCA 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 (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 $100,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, Central Contractor Registration. (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) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 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. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 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. (ix) 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. (x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 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. (xii) 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. (xiii) 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. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) 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 $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. (xix) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to- (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] __ (i) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. __ (ii) 52.219-21, Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program. __ (iii) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (iv) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. __ (v) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. __ (vi) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification. __ (vii) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). __ (viii) 52.223-13, Certification of Toxic Chemical Release Reporting. __ (ix) 52.227-6, Royalty Information. __ (A) Basic. __(B) Alternate I. __ (x) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA 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 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 ORCA. (End of provision) Asbestos Containing Materials Certification The quoter hereby certifies that no asbestos-containing materials, products or supplies will be delivered to the work site or utilized or installed during the performance of the proposed contract. The quoter also certifies, that if awarded the contract, they will be responsible for the cost of removal of all asbestos-containing materials, products or supplies delivered to the work site or utilized or installed during the performance of the contract, and the cost for remediation of any hazard created. Quoter's Name: ________________________________________ Authorized Negotiator(s) The quoter or respondent represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this Request for Offer: NAME TITLE TELEPHONE NUMBER Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) PART VI - EVALUATION FACTORS FOR AWARD CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) The Government will issue a contract resulting from this request for quotation to the responsible quoter whose quotation results in the lowest price technically acceptable (LPTA) to the Government. The following factors will be used to evaluate quotations: 1) Personnel Qualifications. N/A (2) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully meet all minimum technical requirements as listed in the SOW. (3) Past Performance. N/A (4) Price. Price quotations must generally adhere to the pricing structure established in the Price Schedule of the solicitation (i.e. lump sum for job). The Offeror is required to offer a quote on all items (Item 0001 only). The Offeror's price quote must be based on the Offeror's own technical quote, and the Government's Scope/Statement of Work. AWARD BASIS Award shall be based on Technical Approach/Capability and the Lowest-Priced quote. --End of Part VI-- ### End of Request-for-Quote ###
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133C-14-RQ-1219/listing.html)
- Place of Performance
- Address: NOAA/ Papahānaumokuākea Marine National Monument, Mokupāpapa Discovery Center, Suites 202, 203 and 204, 76 Kamehameha Avenue, Hilo, HI 96720, HILO, Hawaii, 96720, United States
- Zip Code: 96720
- Zip Code: 96720
- Record
- SN03519601-W 20140921/140919234850-d3fde49db16d02ee7d7629528a3de6b8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |