AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Similar documents
ADDENDUM #2. September 14, 2018

CUSTOMER CONTRACT REQUIREMENTS Survivabilty Enhancement CUSTOMER CONTRACT W15P7T-13-C-C003

Community Development District INFORMATION PACKET

EXHIBIT B. GOVERNMENT SPECIAL PROVISIONS APPLICABLE TO PRIME CONTRACT F C-0031 [include as applicable to your subcontract]

EXHIBIT A GOVERNMENT PROVISIONS APPLICABLE TO PRIME CONTRACT DAAJ09-95-C-A001

CUSTOMER CONTRACT REQUIREMENTS Subcontractor CUSTOMER CONTRACT P

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

CUSTOMER CONTRACT REQUIREMENTS DLA Spares CUSTOMER CONTRACT SPRPA1-14-D-002U

City of Leavenworth REMODELS / ADDITIONS / ROOFS / PLUMBING / MECHANICAL

ADDENDUM #1 Boulder County Housing Authority Housing Quality Standard (HQS) Inspection Services RFP #

CUSTOMER CONTRACT REQUIREMENTS DLA CUSTOMER CONTRACT SPE4A1-15-G-0001

Common Terms and Conditions Guide Section 5 Government Contract Requirements Clause Number: 5052 Effective: 10/15/2002 Page: 1 of 9

CUSTOMER CONTRACT REQUIREMENTS Combat Track II Sustainment and Support CUSTOMER CONTRACT FA D-0002

REQUEST FOR PROPOSAL RFP # TOC17-001

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

CUSTOMER CONTRACT REQUIREMENTS AV-8 CUSTOMER CONTRACT N D-1000

CUSTOMER CONTRACT REQUIREMENTS Transactional Spares CUSTOMER CONTRACT SPM4A1-09-G-0004 DO 8009

CUSTOMER CONTRACT REQUIREMENTS DARPA ACT CUSTOMER CONTRACT HR C-0001

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

CUSTOMER CONTRACT REQUIREMENTS Proprietary CUSTOMER CONTRACT Loki

PROPERTY MANAGEMENT REFERENCE MANUAL

Issue Date: Friday, January 26, Submission Deadline: Friday, March 9, 2018 at 5:00 p.m. CST OVERVIEW:

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

CUSTOMER CONTRACT REQUIREMENTS Mongoose CUSTOMER CONTRACT Mongoose

CUSTOMER CONTRACT REQUIREMENTS ALASA Phase II CUSTOMER CONTRACT HR C-0051

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

City of O Fallon Project Management

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

ADDENDUM #1 TO BID # BID NUMBER: ISSUE DATE: Wednesday, March 21, 2018

Redevelopment Authority of Allegheny County

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

RFP # Request for Proposals Canyon Pointe Parking Lot Replacement

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

CUSTOMER CONTRACT REQUIREMENTS SOCOM - Chimera CUSTOMER CONTRACT H D-0005

Invitation For Bid IFB 2895

(3) RAYTHEON GENERAL TERMS AND CONDITIONS OF PURCHASE SUPPLEMENT 2, TC 003 (10/15)

A. IF SPECIAL TOOLING AND/OR SPECIAL TEST EQUIPMENT IS REQUIRED FOR WHICH THE PURCHASER WILL NOT BE CHARGED, SELLER S QUOTE TO INCLUDE:

CUSTOMER CONTRACT REQUIREMENTS DLA Spares CUSTOMER CONTRACT SPRPA1-14-D-002U

Addendum No. 1 to ITB EMERGENCY DEBRIS REMOVAL SERVICES

Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended or Proposed

Attachment 2 Civil Engineering

AN-C57 MODIFICATIONS TO GENERAL TERMS AND CONDITIONS GOVERNMENT PRIME CONTRACT F D-0006

GOVERNMENT PROVISIONS APPLICABLE TO PRIME CONTRACT DAAH23-02-C-0155

INSTRUCTION PAGE. Definitions

Chapter 5. Competitive Sealed Bidding: Procedure

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

CUSTOMER CONTRACT REQUIREMENTS DLA CUSTOMER CONTRACT SPE4A1-14-G-0007

IDS Terms and Conditions Guide Section E Clause Number: E000 Effective: 7/24/2004 Page: 1 of 11

CUSTOMER CONTRACT REQUIREMENTS S100 Robotic Landing Gear CUSTOMER CONTRACT HR C-0066

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

Abatement and Management Office Demolition at Parks Place IFB Number

REQUEST FOR PROPOSALS (RFP) SECTION 8 CONTRACT ADMINISTRATION SERVICES

File Name: Private Provider Requirements and Information

REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT

SERVICE CONTRACTS (except for A/E professional services) AND PURCHASE CONTRACTS (purchasing apparatus, supplies, materials, or equipment)

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

CITY OF SARALAND FINAL SUBDIVISION PLAT REVIEW

ZONING & LAND USE APPLICATION

Chapter 11. Competitive Negotiation: Procedure


230.2 Procurement Thresholds (Goods and Non-Professional Services)

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

APPLICATION FOR SIGN/ZONING VARIANCE APPROVAL

2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS

INSTRUCTIONS FOR COMPLETING THE APPLICATION FORM

SANDOVAL ARCHITECTURE, P.C. STUDENT SERVICES CENTER IMPROVEMENTS - REBID 02 APRIL UNIVERSITY BLVD. SE ALBUQUERQUE, NEW MEXICO 87106

REQUEST FOR PROPOSALS Solicitation Number: RE AM

Request For Proposal 16-11: Janitorial Services

SCHEDULE B Contract Clauses Non-DVD

Appendix B. North Carolina Parks and Recreation Trust Fund. Submitting Requests for Reimbursement for Land Acquisition

NOTICE OF ADDENDUM #1

Questions from Tampa Machinery:

Request for Proposals For Village Assessment Services

PERMIT AND SUBMITTAL REQUIREMENTS (PR)

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

Teaching today s learners for tomorrow s challenges

PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER PW

COMMONWEALTH OF KENTUCKY TRANSPORTATION CABINET DIVISION OF RIGHT OF WAY AND UTILITIES INVITATION FOR PROPOSAL/BID

Addendum 517 (12/11) Page 1 of 6

Boise State University. Request for Quote RFQ CF LAN Infrastructure Cable and Components for Broadway Bridge Project

March 3, 2017 REQUEST FOR PROPOSALS FOR THE PURCHASE AND REUSE OF PROPERTY LIST OF AVAILABLE PROPERTIES

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF ELECTRIC PLUMBING AND HARDWARE SUPPLIES.

17. FOREST ROADS AND TRAILS [As Amended through the end of the First Session of the 108th Congress (Public Law , Dec.

CUSTOMER CONTRACT REQUIREMENTS DLA Spares CUSTOMER CONTRACT SPRPA1-14-D-002U

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

Attachment 10 Structural Engineering

CUSTOMER CONTRACT REQUIREMENTS On-Orbit Reprogrammable Digital Waveform Generator CUSTOMER CONTRACT FA C-0011

NOTICE THIS ADDENDUM CONTAINS ADDENDUMS III AND IV. April29, 2015 PURCHASING DEPARTMENT' THE CITY OF MOBILE, ALABAMA

REQUEST FOR QUALIFICATIONS (RFQ) FOR COMPREHENSIVE HOUSING ACTION PLAN

STANDARD POLICY. 3. By-law will then circulate the application to Operations, Planning and the County if applicable for comment.

Guidelines for the Approval of New Homes Sales Offices (Building Permits, Agreements, Securities)

Looking for Landlords in Ashview Heights, Atlanta University Center, Vine City and English Avenue Neighborhoods

CDBG CAPITAL PROJECTS ANTICIPATED FUNDS AVAILABLE: $750,000 TO $1,000,000 APPLICATION INSTRUCTIONS

CONSTRUCTION DISBURSEMENT GUIDE MHDC 2400

University Policy UNIVERSITY PROPERTY AND EQUIPMENT INVENTORY

Transcription:

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 11 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) 6. ISSUED BY CODE 12-Mar-2018 ACQR5144525 N40085 7. ADMINISTERED BY (If other than item 6) P1475 CODE NAVFAC MID ATLANTIC ROICC CAMP LEJEUNE 1005 MICHAEL ROAD CAMP LEJEUNE NC 28547-2521 See Item 6 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. N4008518B6101 X 9B. DATED (SEE ITEM 11) 07-Feb-2018 10A. MOD. OF CONTRACT/ORDER NO. CODE 10B. DATED (SEE ITEM 13) FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer X is extended, is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) P1475 Construct Cultural Assimilation Facility, Stone Bay (MARSOC), North Carolina The time and date for the receipt of proposals are hereby extended to 2:30PM on Tuesday, March 20, 2018. This amendment should be acknow ledged w hen your bid is submitted. Failure to acknow ledge this amendment may constitute grounds for rejection of the bid. See Continuation Page(s). Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) TEL: EMAIL: 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM 11-84 BY 30-105-04 (Signature of Contracting Officer) 12-Mar-2018 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 2 of 11 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION SF 30 - BLOCK 14 CONTINUATION PAGE The following have been added by full text: AMENDMENT 1. This amendment should answer all outstanding Requests for Information. Requests for Information may be submitted until 12:00pm Local Time on Wednesday, March 14, 2018. 2. Question: Section 01 30 00 1.5.1 notes that the Commissioning Agent will be a 1st-Tier Subcontractor to the prime; HOWEVER, 01 91 00 1.3.1 states that "The government will provide a Commissioning Agent ". Please clarify who is to provide the Commissioning Agent. Answer: The government will provide Commissioning Agent. 3. Question: Is Air Barrier Testing required on this project? Answer: Air Barrier Testing is required. 4. Question: Finish legend W7 on Sheet A-602, and wall notes on Sheet A-104, notes a requirement for Stack Stone. Please provide more detail and specification for the stack stone. Please provide Interior Elevation showing the stack stone wall covering, including total height of stack stone. Answer: Refer to contract documents for detailed information; specifically Details A1, A2 and A3 on A-104 (as well as Finish Plan), and Spec Section 09 30 13. 5. Question: Sheet E-701, General Note 1, Work Note 2 states that the OSP cabling is to be direct buried; E-001 Legend shows symbol "UT" as underground conduit; Base Standards require Outside Plan Cabling to be installed in conduit. Please clarify if the OSP cabling is direct-buried or in conduit. If conduit is required, is this an existing Communications Ductbank? If this is existing, is innerduct required, and is the innerduct already in the conduits? Answer: Yes, the OSP cable shown on E-701 is to be direct buried (no conduit) as indicated by keynote 2.

Page 3 of 11 6. Question: Sheet CD-101, Is the contractor responsible for the clearing and removal of the existing trees on site or is Cultural Resources going to harvest the trees? Are the trees classified as Real Property? 7. Answer: Yes the contractor is responsible for clearing and removal of the existing trees on site. The trees NOT classified as Real Property. 8. Question: Section 01 33 00 paragraph 1.4 Forwarding Submittals Requiring Government Approval states that technical submittals shall be mailed to the A/E firm or Scott Littlefield in Norfolk, VA respectively. Paragraph 1.6 Quantity of Submittals states that the number of copies required is generally 6 for each type of submittal. Paragraph 1.5.3 Electronic Submittals states that the construction submittals shall be made electronically. Please confirm whether hard copies are required to be mailed or if submittals may be sent electronically. Answer: The ROICC requires three hard copies of each approved submittal for their file. If the contractor requires hard copies for their file, that number of copies shall be added to the three listed above. Submittals can be sent electronically for approval with hard copies to the ROICC once approved. 9. Question: Please confirm that the DDC, TAB and Apparatus Inspection and Testing must be a first a tier subcontractor. Answer: Per Section 23 05 93, paragraph 1.5, Independent TAB Agency and Personnel Qualifications, To secure approval for the proposed agency, submit information certifying that the TAB agency is a first tier subcontractor who is not affiliated with any other company participating in work on this contract, including design, furnishing equipment, or construction

Page 4 of 11 10. Question: Please confirm that the HVAC controls subcontractor is required to be a 1st Subcontractor and be separate from the HVAC subcontractor. Answer: Per Section 23 09 23.12, paragraph 1.3, Perform all work in this section in accordance with the paragraph entitled "Subcontractor Special Requirements" in Section 01 30 00 ADMINISTRATIVE REQUIREMENTS. The paragraph specifies that all contract requirements of this section shall be accomplished directly by a first tier subcontractor. No work required shall be accomplished by a second tier subcontractor. 11. Question: Division 13, Sheet S-102, there is no side-wall bracing shown on the drawings. Will bracing be required? If so, will "portal frame" or "X-cable" bracing be required? Answer: Yes bracing is required and portal frame is preferred. 12. Question: Section 01 3 29 (Sustainability Reporting) 1.4A refers to attachment 1, HPSB checklist at the end of the section. I have been unable to locate the attachment. Could you please provide the attachment. Answer: Attachment 1, HSPB checklist is provided as part of this amendment.

Page 5 of 11 13. Question: The parking lot and the site location is a concern with this project. I understand from the site visit the parking will be in use and most likely full during construction. - Will we be given parking for GC/Sub? If yes how many? - Will we have space for a job site trailer and laydown yard? - With the parking lot being open and full I have a concern how we receive and unload large material delivers such as the steel for the PEMB. Does the owner have any plan to help us deal with that? Can a sizable portion of the parking lot be blocked off for large delivery days? Answer: Yes, 15 contiguous spaces may be used along south side of parking lot for dedicated contractor use during construction and where delineated by clear temporary durable signage. Yes, off pavement space for a job site trailer and laydown yard will be provided near the construction site. Exact location shall be determined after award. Yes, a sizable portion of the parking lot can be blocked off for a large delivery with a formal outage request to the ROICC. In addition, the open cut zone in the parking lot shall be performed after a formal outage request to the ROICC and returned to at least temporary gravel use within two weeks after initial cut. 14. Question: The solicitation bid form refers to a jogging trail on sheet CS701. CS701 is not included with the drawings. Please provide. Answer: Drawing CS701 is provided as part of this amendment. 15. Question: Please advise what size conduit shall be ran for each Telecom outlet to the cable trays. Answer: A minimum of 1 shall be provided for telecom outlet to the cable trays.

Page 6 of 11 16. Question: Will basket type aluminum cable tray be acceptable? Answer: No, Cable tray to be closed bottom type and black in color due to it it being exposed. 17. Question: Please advise as to what size conduit shall be run direct Buried for the fiber and copper cable. Answer: OSP cable shown on E-701 is to be direct buried (no conduit) as indicated by keynote 2. 18. Question: The brick called out on the elevations (see Sheet A-201) is Lee Brick Ironspot Red Smooth; however, it appears that other MARSOC Building have been built with Triangle Red Flashed Wirecut. Please confirm which brick the Contractor is to provide. Answer: The brick is Triangle Red Flashed Wirecut. 19. Question: The above section calls for a masonry inspector. Who provides and pays for that service the owner or the GC? Answer: The requirement for a Masonry Inspector per Section 04 20 00 Paragraph 1.4.4 is NOT required. This function shall fall under the contractor s Quality Control Manager. 20. Question: General note #3 on drawing A-701 stated to refer to sheet LS701 for additional work in this bid option. That drawing is not provided. Please provide.#3 on drawing A-701 stated to refer to sheet LS701 for additional work in this bid option. That drawing is not provided. Please provide. Answer: Note #3 not required.

Page 7 of 11 21. Question: Can you confirm if whole building air leakage tests are required for this project? One of the two specification sections (07 05 23 and 07 27 10) usually designating air leakage requirements is present but the other is not. Answer: Whole building Air Leakage Tests are required. Refer to 07 27 10 and Attached added Spec Section 07 05 23. 22. Question: Page 8 of the solicitation states the Superintendent, Quality Control Manager, and Site Safety and Health Officer can be one person. Page 176 of the specifications states the Quality Control Manager can have no other duties. Which is correct? Answer: The Superintendent, Quality Control Manager, and Site Safety and Health Officer can be one position if the individual meets the specification requirements for all three positions. 23. Question: The Contract Line Item Numbers on pages 3 6 differ from Specification Section 00 22 13.00 20 Suplementary Instructions to Offerors. Which is correct? Answer: Delete Specification Section 00 22 13.00 20 Suplementary Instructions to Offerors. The solicitation correctly relays the requirements. 24. Question: Document 00 22 13.00 20, Supplementary Instructions to Offerors excludes CLIN 0006 Interior Design for FF&E. Please verify that this CLIN is to be priced. Answer: Yes, this Contract Line Item Number shall be priced. 25. Question: Is drawing A701 for the renovation of RR12 applicable to this project? Answer: No, delete drawing A701. The renovation of RR12 is not a part of this project.

Page 8 of 11 26. Question: It is our understanding that Executive Order (EO) 13706 Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation issued) on or after January 1, 2017. Please confirm that this solicitation is covered by this Executive Order, and as such, the contractors must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Answer: See contract clause 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017). Clauses incorporated by reference can be found at the following websites: FAR: https://www.acquisition.gov/browsefar DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 27. Question: Under the flow down clauses, it includes clause 52.229-2 North Carolina State and Local Sales and Use Tax. Please confirm that the Contractors are to include the cost of all Federal, State, County, and Local taxes on permanent materials, that records of payment of these taxes are to be kept by the Contractor and turned over to the owner at the completion of the project, and that there will be no reimbursement made to the Contractors for any tax refunds issued on the permanent materials incorporated into the work. Answer: Yes, include all applicable taxes in the bid price. No reimbursement will be made to Contractors for taxes paid on any materials. Sales taxes paid on materials must be tallied, and the total per county and per state is to be reported to the Contract Specialist at the end of each fiscal year and at the completion of the project. 28. Question: Is this project exempt from sales tax? Answer: No. See contract clause 52.229-2 North Carolina State and Local Sales and Use Tax (APR 1984). 29. Question: Please advise if bids should be submitted in a three-ring binder or if the pages should be clipped together using a binder clip? Answer: A three-ring binder is not required. The only requirement is that all of the outlined documentation is included and received with the bid prior to the bid opening.

Page 9 of 11 30. Question: Please clarify the CLINS that contractors are bidding for this project. Are we bidding on the 7 CLINs referenced in the solicitation as well as the 5 ELINs in Attachment 5? Answer: The five Exhibit Line Item Numbers (ELINs) comprise a price breakdown of Contract Line Item Number (CLIN) 0001. The sum of the five ELINs shall be the bid for CLIN 0001. The total bid shall be the sum of CLINs 0001 through 0007. Bidders shall provide prices on the ELINs and the CLINs as required by the solicitation. 31. Question: ELIN A003 references the removal of petroleum contaminated soil. Discussions on site indicate that this may not be accurate. Please confirm. Answer: Bid per the provided schedule. 32. Question: Sheet B-001 Boring Log General Notes #5 references the geotechnical report. Is this report available for contractor review prior to bidding? Answer: The designer utilized a geotechnical report to produce the specifications and drawings. However, in areas the specifications and drawings may provide information that differs from the geotechnical report. To avoid confusion, the report will not be provided. Construct per the specifications and drawings provided with this solicitation. 33. Question: Is an Administrative Field Office required on site if the contractor already has a designated office located on Camp Lejeune? Answer: The Contractor s decision regarding what facilities to provide for Contractor employees are the discretion of the Contractor. The contractual requirements are outlined in the project specifications.

Page 10 of 11 34. Question: Is the Contractor responsible for Storm Water and all other permits and fees? Answer: Copies of the permits have been provided as attachments to the solicitation. 35. Question: Please confirm that Rapid Pass for facility access will be used for the duration of the Project. Answer: the Marine Corps is in the process of transitioning to the Defense Biometric Identification System (DBIDS). This transition could occur during the term of the contract. 36. Question: Please confirm that if encountered, petroleum contaminated soils beyond the quantities provided in Attachment 5 will be, out of scope and addressed as an unforeseen condition. Also, Please confirm that if encountered, unsuitable natural subgrade beyond the quantities provided in Attachment 5 will be out of scope and addressed as an unforeseen condition. Answer: This situation will be handled in accordance with contract clause 52.211-18 Variation in Estimated Quantity (APR 1984), which is hereby incorporated into the solicitation. SECTION 00010 - SOLICITATION CONTRACT FORM The required response date/time has changed from 14-Mar-2018 02:30 PM to 20-Mar-2018 02:30 PM. SECTION 00700 - CONTRACT CLAUSES

Page 11 of 11 The following have been added by full text: 52.211-18 VARIATION IN ESTIMATED QUANTITY (APR 1984) If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified. (End of Summary of Changes)