NNSY DRY DOCK FLOODING .. l?lours per year that the Hague Floode . 1933' an Extreme high tides occur a 250 3 5 times per year on average. Signi?cant .. 2m hurricane Nor?easter 8 threaten NNSY an a) 150- average of once a year. 5 1m- 1962 1921] 1930 1940 1950 1970 1980 1951] 2cm 2010 2120 Years Tidewater VA sea level rise rates are expected to be nearly twice the global rate, or about 0.16 inches per year, and may prove to be as high as 0.2 to 0.28 inches per year. This equates to up to one foot of sea level rise, relative to the Iand? Virginia Institute for Marine Science indicate; 2012 Alternate Mention THE HURRICANE HISTORY OF CENTRAL AND EASTERN VIRGINIA Continuous weather records for the Hampton Roads Area of Virginia began on January 1, 1871 when the National Weather Service was established in downtown Norfolk. The recorded history of significant tropical storms that affected the area goes back much further. Prior to 1871, very early storms have been located in ship logs, newspaper accounts, history books, and countless other writings. The residents of coastal Virginia during Colonial times were very much aware of the weather. They were a people that lived near the water and largely derived their livelihood from the sea. To them, a tropical storm was indeed a noteworthy event. The excellent records left by some of Virginia’s early settlers and from official records of the National Weather Service are summarized below. Learning from the past will help us prepare for the future. SEVENTEENTH AND EIGHTEENTH CENTURIES 1635 August 24 1667 September 6 First historical reference to a major hurricane that could have affected the VA coast. It appears likely this hurricane caused the widening of the Lynnhaven River. The Bay rose 12 feet above normal and many people had to flee. 1693 October 29 From the Royal Society of London, There happened a most violent storm in VA which stopped the course of ancient channels and made some where there never were any. 1749 October 19 Tremendous hurricane. A sand spit of 800 acres was washed up and with the help of a hurricane in 1806 it became Willoughby Spit. The Bay rose 15 feet above normal. Historical records list the following tropical storms as causing significant damage in Virginia: September 1761; October 1761; September 1769; September 1775; October 1783; September 1785; July 1788. NINETEENTH CENTURY 1806 August 23 1821 September 3 One of the most violent hurricanes on record. 1846 September 8 Hatteras and Oregon Inlets were formed. 1876 September17 Average 5 minute wind speed at Cape Henry was 78 mph; 8.32" of rain 1878 October Cobb and Smith Islands, on the Eastern Shore, were completely submerged. Average 5 minute 23 Called the Great Coastal Hurricane of 1806. wind at Cape Henry was 84 mph. Eighteen died when the A.S. Davis went ashore near Virginia Beach. 1879 August 18 Tide in Norfolk 7.77 feet above Mean Lower Low Water. Average 5 minute wind speed at Cape Henry 76 mph with 100 mph estimated gusts. 1887 October 31 Average 5 minute wind speed at Cape Henry 78 mph. The storm caused a record number of marine disasters. 1893 August 23 Average 5 minute wind speed at Cape Henry 88 mph. 1894 September29 Five minute wind speed at Cape Henry 80 mph; gusts to 90 mph. 1897 October 25 Lasted 60 hours. Norfolk tides 8.1 feet above Mean Lower Low Water. 1899 October 31 Average 5 minute wind at Cape Henry 72 mph. Tide in Norfolk reached 8.9 feet above MLLW Noteworthy storms also occurred in June 1825, August 1837, August 1850 and September 1856. TWENTIETH CENTURY 1903 October 10 Average 5 minute wind speed at Cape Henry 74 mph, the tide in Norfolk reached 9 feet above MLLW. 1924 August 26 1924 September30 Average 1 minute wind speed 72 mph at Cape Henry. Fastest 1 minute wind speed in Norfolk 76 mph. 1926 August 22 1928 September19 Fastest 1 minute wind speed in Cape Henry 74 mph. Fastest 1 minute wind speed at Cape Henry 72 mph. The tide reached 7.16 feet above MLLW in Norfolk. 1933 August 23 This hurricane established record high tide of 9.8 feet above Mean Lower Low Water. 18 people died. Highest 1 minute wind speed in Norfolk was 70 mph, 82 mph at Cape Henry, and 88 mph at NAS, Norfolk. 1933 September16 Fastest 1 minute wind speed was 88 mph at NAS, Norfolk, 75 mph at the NWS City Office, and 87 mph at Cape Henry. The tide reached 8.3 feet above MLLW.. 1936 September18 The fastest 1 minute wind speed was 84 mph at Cape Henry and 68 mph at the NWS City Office. The tide reached 9.3 feet above MLLW and is the second highest tide of record. 1944 September14 Fastest 1 minute wind speed was 134 mph at Cape Henry which is the highest speed of record in this area. Gusts were estimated to 150 mph. The NWS City Office recorded 72 mph with gusts to 90 mph. 1953 August 14 BARBARA. The fastest 1 minute wind speed was 72 mph at Cape Henry, 63 mph with gusts to 76 mph at Norfolk Airport. 1954 October 15 HAZEL. Fastest 1 minute wind speed was 78 mph at Norfolk Airport with gusts to 100 mph which is the highest wind speed of record for the Norfolk Airport location. A reliable instrument in Hampton recorded 130 mph. 1959 September30 GRACIE. Passed through western Virginia, 6.79 inches of rain at Norfolk Airport in 24 hours. Storm spawned a tornado eight miles west of Charlottesville, killing 11 people. 1960 September12 DONNA. Fastest 1 minute wind speed was 73 mph at Norfolk Airport, 80 mph at Cape Henry and estimated 138 mph at Chesapeake Light Ship. Lowest pressure of 28.65 inches holds the area record for a tropical storm. 3 deaths. 1964 September 1 CLEO. A storm noted for its rain. 11.40 inches in 24 hours is the heaviest in the coastal area since records began in 1871. 1969 August 19 CAMILLE. Made landfall in Mississippi on August 17. The storm tracked northward and dumped a record 27 inches of rain in the Virginia mountains, primarily in Nelson County. Flash flooding took the lives of 153 people. 1971 August 27 DORIA. The fastest 1 minute wind speed 52 mph at Norfolk Airport and 71 mph at NAS, Norfolk. 1972 June 21 AGNES. Made landfall on the Gulf Coast of Florida. As the storm crossed Virginia, it dumped 13.6 inches of rain on the east slopes of the Blue Ridge Mountains. The James River crested at a record high in Richmond. Virginia sustained $222 million in damage, and 17 people died, mostly from flash flooding. 1979 September 5 DAVID. Passed through central Virginia. Spawned 2 severe tornadoes - one in Newport News with over $2 million in damage and one in Hampton with a half million dollars in damage. 1985 September27 GLORIA. Passed 45 miles east of Cape Henry. Fastest 1 minute wind speed WNW 46 mph, peak gust 67 mph at the Airport, NE 94 mph gust to 104 mph at the South Island CBBT. Highest tide 5.3 feet above Mean Lower Low Water, storm rainfall 5.65 inches and total Virginia damage $5.5 million. 1986 August 17 CHARLEY. The weak center passed over southeast Virginia Beach. Fastest 1 minute wind speed NNE 40 mph gust E 63 mph at Norfolk International Airport; NE 94 mph gust to 104 mph at South Island CBBT; and NE 54 mph gust to 82 mph at Cape Henry. Highest tide 5.5 feet above MLLW. Less than $1 million in damage in Virginia. 1996 July 12-13 BERTHA. Passed over portions of Suffolk and Newport News. Fastest 1 minute wind speed SE 35 mph gust to 48 mph at Norfolk International Airport. Bertha spawned 4 tornadoes across eastcentral Virginia. The strongest, an F1 tornado moved over Northumberland county injuring 9 persons and causing damages of several million dollars. Other tornadoes moved over Smithfield, Gloucester and Hampton. 1996 September 5 FRAN. Passed well west of the area over Danville. Fastest 1 minute wind speed SE 41 mph gust to 47 mph at Norfolk International Airport. Rainfall amounted to only 0.20 of an inch In Norfolk. 1998 August 27 BONNIE. Tracked over the northern Outer Banks. Fastest 1 minute wind speed NE 46 mph with gust to 64 mph at Norfolk Airport. NE 90 mph with gust to 104 mph at CBBT. 4-7 inches of rain combined with near hurricane force winds knocked out power to 320,000 customers. Highest tide 6.0 FT above MLLW. Most significant storm since 1960. 1999 August 30 September 4 DENNIS. Produced one of the most prolonged period of tropical storm conditions in eastern Virginia. Fastest 1 minute wind speed NE 43 mph with gust to 53 mph at Norfolk Int’l Airport. Storm total rainfall 3.30 inches. Significant beach erosion reported. 1999 September 6 FLOYD. Passed directly over Virginia Beach on a track similar to Hurricane Donna in1960. Lowest pressure of 28.85" (977 MB) at Norfolk Int’l Airport 4th lowest for a hurricane this century. Fastest 1 minute wind NE 31mph with gust to 46 mph. Rainfall 6.80" with amounts of 12-18" in interior portions eastern Virginia. Franklin, VA reported 500 year flood of record. Largest peacetime evacuation in U.S. History. TWENTY FIRST CENTURY 2003 September18 ISABEL. Made landfall near Ocracoke NC. The center passed west of Emporia and west of Richmond. Fastest 1 minute wind speed NE 54 mph with gusts to 75 mph at Norfolk NAS; NE 61 mph with gusts to 74 mph at the South Island CBBT. Highest tide at Sewells Point was 7.9 feet above MLLW, which was a 5 ft surge. Significant beach erosion was reported. Numerous trees and power lines down over a wide area, with over 2 million households without power in VA. VA damage was over $625 million, and there were over 20 deaths in VA. 2004 August 3 ALEX made its closest approach to land on August 3, 2004 with its center located about 9 nm southeast of Cape Hatteras/Outer Banks, NC as a Category 1. Alex produced locally heavy rainfall across portions of southeast Virginia, but little in the way of damage or flooding. 2004 August 14 CHARLEY made a second landfall near Cape Romain, SC as a weakening Category 1, after devastating portions of central and southwest Florida. Charley brought locally heavy rainfall and strong winds to much of southeast Virginia, especially near the coast. A wind gust to 72 mph was recorded at the Chesapeake Light buoy. In the U.S., 10 deaths and $14 billion in damage resulted from Charley. 2004 August 30 GASTON. made landfall near Awendaw, SC, on August 29, 2004 as a Category 1. Gaston weakened as it lifted northward through North Carolina, then northeastward across southeast Virginia on August 30th. Gaston produced a swath of 5 to 14 inch rains extending from Lunenburg and Mecklenburg counties northeast into Caroline and Essex counties. The heaviest rainfall, centered on the Richmond metro area, produced a major flash flood which killed 8 people. Five of these deaths resulted from people driving into flooded roadways. A total of 13 tornadoes were observed in central and eastern Virginia, all producing F0 damage. Total damage is estimated at $130 million. 2004 September 8 FRANCES. made landfall over east central Florida as a Category 2. It then moved northeast into the northern Gulf of Mexico, eventually turning north, making a second landfall in the panhandle of Florida, and then weakening into a tropical depression. It tracked through western Virginia, then northeast and offshore the mid Atlantic coast. A total of 6 tornadoes were observed in central and eastern Virginia, the strongest producing F1 damage. 2004 September17 IVAN. made landfall near the Florida/Alabama border as a category 3. It weakened to a tropical depression, and moved northeast, tracking along the Appalachian Mountains through western Virginia, then northeast and offshore the mid Atlantic coast. A total of 40 tornadoes were produced in Virginia, most in central and northern Virginia. This was a record single day outbreak for Virginia, and exceeded the previous ANNUAL tornado record (31). Most of these tornadoes were F0 or F1 in intensity, although 10 F2 tornadoes and 1 F3 tornado touched down in south central…west central and northern Virginia. 2005 July 7-8 CINDY. The remnants of Hurricane Cindy moved northeastward through south central and eastern Virginia on July 7th and the early morning hours of July 8th. Cindy's remnants produced 7 F1 tornadoes, which downed trees and damaged buildings from portions of south central Virginia into Virginia's Northern Neck. No injuries or deaths were associated with the tornadoes. Rainfall amounts in the 3 to 5 inch range were common across northern, central and southwest Virginia...with only minor flooding reported. 2006 September 1 ERNESTO. The remnants of Tropical Storm Ernesto interacted with an unusually strong high pressure are over New England to generate strong winds, heavy rainfall, and storm surge related tidal flooding and damage. Five to eight inch rainfall amounts were common across central and eastern Virginia. This rainfall caused flooding in many areas, although no substantial river flooding resulted from the heavy rain. Wind gusts of 60 to 70 mph occurred on the Eastern Shore of Virginia, as well as areas adjacent to the Chesapeake Bay from Yorktown northward. Tides were particularly high from communities adjacent to the York River, northward through the Rappahannock River to tidal portions of the Potomac River. Tides of 4 to 5 feet above normal, combined with 6 to 8 foot waves, caused significant damage to homes, piers, bulkheads, boats, and marinas across portions of the Virginia Peninsula and Middle Peninsula near the Chesapeake Bay and adjacent tributaries. Similar damage also occurred in Chincoteague and Wachapreague on the Virginia Eastern Shore. At some locations on the Middle Peninsula, Northern Neck and Eastern Shore, the tidal flooding and damage rivaled that from Hurricane Isabel in 2003. Power outages were widespread across Virginia's Northern Neck and Middle Peninsula. 2008 September 6 Hanna. Tropical Storm Hanna moved through the mid Atlantic region on September 6, 2008. The primary impact was wind, with gusts between 45 and 55 mph common from northeast North Carolina northeastward through the Lower Maryland Eastern Shore. On the Chesapeake Bay and adjacent Atlantic coastal waters, wind gusts around 60 mph were recorded. Hanna’s winds downed trees in scattered areas from eastern North Carolina, and central and eastern Virginia, into the DELMARVA, but no substantial structural damage or coastal flooding occurred. Hanna brought beneficial rainfall to much of the region, with 1 to 5 inches falling. Antecedent dry conditions prevented any inland flooding as a result of the rainfall. 2011 August 27 Irene. Hurricane Irene affected the Mid Atlantic Region brought strong winds, storm surge Flooding, and up to 12 inches of rain across eastern North Carolina, central and eastern Virginia, and the DELMARVA. Although Irene passed east of the Mid Atlantic Coast, the most substantial wind damage occurred in a swath from Caroline and Westmoreland counties southward into the Richmond metro area, then southeastward into Surry, Sussex, James City, and Southampton counties. Winds estimated between 70 and 80 mph downed many trees, blocked roads and caused widespread power outages. Storm surge flooding was most significant in Hampton Roads and, along the Albemarle and Currituck Sounds in northeast North Carolina. The heaviest rainfall occurred in a swath similar to Floyd (1999). However, the pre-storm conditions were much drier, which mitigated the amount of flooding. However, roads were closed, and some road washouts were reported in interior portions of the Northern Neck (primarily Essex and Caroline counties). 2012 October 28-30 Sandy. Hurricane Sandy was a late season hurricane that passed off the Mid Atlantic coast, before turning west, and striking the New Jersey coast on October 29th. Sandy was a very large storm that was transitioning from a tropical to a non-tropical storm as it moved north paralleling the U.S. East coast during the October 27-29 time frame. Sandy’s impact was relatively small in Virginia, with very heavy rainfall and some flooding the biggest impacts. The most significant impact was felt on the DELMARVA, especially on the east side of the Chesapeake Bay from Salisbury, MD southward to Onancock, VA, where severe coastal flooding and storm surge inundated many areas, as Sandy passed by to the north. Crisfield, MD and Saxis, VA were hardest hit, with millions of dollars in damage to homes and businesses. Damage and flooding were worse than that which occurred in the same area during Hurricane Floyd (1999). Hurricanes come close enough to produce hurricane force winds approximately three times every 20 years. Two or three times a century winds and tides produce considerable damage and significantly threaten life. Three known storms have been powerful enough to alter coastal features. MLLW = Mean Lower Low water which is the mean of the lowest of the low tide values Source - National Weather Service, Wakefield Office http://weather.gov/akq SIGNIFICANT TIDAL ELEVATIONS DATE RECORDEDI RECORDED AT NOAA Highest Observed Water Level 8/23/1933 NNSY 8.83' Highest Observed Water Level 9/18/1936 Tide Station 8638660 8.03' Mean Higher High Water (MHHW) 3.10' Mean High Water (MHW) 2.89' Mean Low Water (MLW) 0.14' Mean Lower Low Water (MLLW) 000' Lowest Observed Water Level 1/31/1966 Tide Station 8638660 -3.57' Hurricane Ernesto High Water Level 9/1/2006 Tide Station 8639348 5.73' Hurricane Dennis High Water Level 8/30/1999 Tide Station 8639348 6.21' Hurricane Floyd High Water Level 9/16/1999 Tide Station 8639348 7.13' North Easter Storm High Water Level 11/22/2006 Tide Station 8639348 7.28' Hurricane Isabel High Water Level 9/18/2003 Tide Station 8639348 833' North Easter Storm High Water Level 2/12/2009 Tide Station 8639348 8.60' Hurricane Irene High Water Level 8/27/2011 Tide Station 8639348 8.48' Tidal Elevation Notes NNSY 100 YEAR FLOOD ELEVATION I 9.61' NNSY 500 YEAR FLOOD ELEVATION I 11.10' 1. To convert NOAA DATUM to NNSY DATUM: ADD 93.29' 2. NOAA Tidal DATUMS based on 19-year National Tidal DATUM EPOCH of 198302001. 3. Tide station 8638660 at NNSY was last installed 4/9/1935 and removed 5/26/1987. Data at this station prior to 1935 is limited because the tide gauge did not remain in continuous operation. 4. Tide station 8639348 at Money Point was installed 12/27/1997 and is currently in operation. Money Point is located on the Southern branch of the Elizabeth River, approximately 1 1/2 miles South of NNSY. 5. NNSY survey records indicate a high water level of elevation 101.92' above 1933 MLLW) during the Chesapeake-Potomac Hurricane of August 21-24 1933. 6. Elevation indicated are based on NNSY DATUM as established from benchmark No.1, located at the head of Dry Dock N0.1, Elevation 100.00' (assumed) 7. Design Flood Elevation for the docks and any flood protection structures is a combination of these three factors. The existing elevation of water front is at 101 feet. For the purposes of this basis of design, the equation for combining tide, surge, and waves to obtain the Design Flood Elevation (DFE) is: DFE (high tide storm surge) (0.7) (wave height) 10.0 (0.7 1.5) 11.1 feet NAVD88. Sent To: Cc: Subject: Attachments: Signed By: NAVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, PWD Portsmouth . 01.201615101 MIDLANT, AM AVFAC MIDLANT. AVFAC MIDLANT, AM NAVFAC MIDLA Portsmouth PWO I II I AVFAC MIDLANT, PWD =41 I Portsmouth; NAVFAC A A Request URGENT FY16 ST Funding- Dry Docks 2 4. EMERGENCY CAPSTAN REMOVAL DUE TO TROPICAL CYCLONE CONDITION FOUR, (W) ca stans. df ?ew Please provide URGENT FY16 ST Funding (RC-L0) in the amount of $35,675.00, to award "Emergency Capstan Removal?, at Dry Docks 2 4, NNSY. To be accomplished on contract MOOSE-07-00435, CIA, CAC 7185 applies. Requested award date is 9/2/16. NNSY acquisition 900? FMD POC i? MDI- 93 CI- 0 PSC code? v/ r, FMS/Sustainment ST Controller Code NAVFAC MIDLANT, Requirements Branch Bldg. 1500, 5th floor, NNSY 01, 2016 2:20 PM NAVFAC MIDLANT, PWD Portsmo LANT, PWD Portsmouth AVFAC MIDLANT, PWD Portsmouth AVFAC MIDLANT, PWD Subject: EMERGENCY JOB FOR CAPSTAN REMOVAL DUE TO TROPICAL CYCLONE CONDITION FOUR - please request funding from the region for thisjob due to the storm. Thank you, _ms,pwnpommomh PRODINST P1100111 FORM, Remove capstan motor and controllers for Tropical Storm Herminc Blocks 1-11 To Be Filled Out By Customer 1. Customer Funded (Yes or No): I 2. Date: 3. Title: Remove capstan motor and controllers lor 4. Location of Request ill/Flt ti): Dry Dock No. 2 Win? eveg TS H?e?r?mlna and 4 . ucts equested heck 6. impact if not Completed: The USS ALBAN wi not that apply): be able to undock. Contract Developmenva ScopetCost Estimate 7. Review (lnitialleate): Design or Study {circle one) APWO: 0980 Review: 333de or Services (circle 8. Customer Priority Score: 9. Technical POC information: 10. mding POC lntonnation: Name/Code; NameJCode: PhonelErnaiI: nav ,mu Phone/Email: 11. Description of ProbiemtRequlrement (include constraints. special requirements and description of attachments): Remove motors and controllers for listed capstans prior to destructive weather event. Motor and controllers will stored. Alter the destructive weather event. reinstall the motor and controllers and operationaly test each capstan The speci?c apatens are. 43. 20.21tram around Dry Dock No. 4 and Dry Dock No. 2 Blocks 12 16 To Be Filled Out By FMS I 12. FMS Name: 13. Estimated Cost (if applicable): I 14. E-Project#: 15. MAXIMO tat?Few 16. Can this work be combined with similar work in the same location? Yes No If Yes, which similar work? 17 - g; To go Filled Qut At 17. Verify the following issues have been considered and adequately addressed: Site ApprovaliSt-I PC Review Job Site Access! Restrictions on Work Environmental Concerns! Issues Utility Outages! Dig Permits Cl 18. Assign Work Category: [it [j Based on: 19. Work Execution Strategy: 20. Assigned Project Manager. Strategy Funding Avail: Target Month 8. FY: Reviewed by: We Dita AQ El Planning CI swua Screen 73 PMaE-SoopelCost Est CI FWD Production (PRMS) Pines-Design or Study [3 SHPO Approval (PRM1) Production Cl ProjectlSite Appr. (PRM1) Mum, Mm Nuclear Approval (2380) 21. NAVFAC Priority Score: 22. "Applicable: Facility and Equip. Div. (980) El DesignIBuild FWD FEAD 23. SWIB Comments: Work Request Form (Rev. 5) Cc Technical POC. Funding POC and C980 POC on all Correspondence l-l8. Rev. A Enclosure Sheet The following gov?t estimate has been prepared for the removal and reinstallation of capstan motors around Dry Dock No. 4 and Dry Dock No. 2 in preparation for Tropical Storm Hermine. Removal of Storage of Retnstallatlon of Operatlonal of Total cost per Capslan Motor Capstan Motor Capslan Motor Capslan Capstan and controller and controller and controller 4 workers for 4 $25 per day 7 4 workers far 2 workers for 1 $2725 hours. (875 per clays expected 4hours. ($75 per hour. (575 per hour) $175 hour) hour) $1200 $1200 $150 Misc. Material Cos 1 Rubber Tire back rental for total of 7 0-0 days $250 Total cost for 13 capstan 535.675.00 MIDLANT, PWD Portsmouth From: NAVFAC MIDLANT, PWD Portsmouth Sent: 2016 13:16 WD Portsmouth AM, MIDLANT, AM Cc: ortsmout AVFA rtsmouth; NAVFAC MIDLANT, PWD New LondoW NAVFAC . ortsmouth Subject: FY17 ST Funding Request for Inclement Weather Preparation - Dry Docks 1, 2, 4. Removal of Ca stan Motors and Controllers, (W) CV4NL7, 1748 Signed By; ?navy/mil I've included some additional info: (W) CV4NL7 MDI- 93 Cl- 64 PSC- 2150 1748 Poc? v/ r. FMS/Sustainment ST Controller Code PRM11 NAVFAC MIDLANT, Requirements Branch Bldi. 1500, 5th floor, NNSY inal Messa MIDLANT, AM Sent: Tues a October 04, 2016 11:47 AM NAVFAC MIDLANT, PWD Partsmouth?NAVFAC MIDLANT, NAVFAC MIDLANT, AM AVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, PWD Portsmouth; NAVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, PWD Portsmouth Subject: RE: Funding Request for Inclement Weather Preparation - Removal of Capstan Motors and Controllers, Norfolk Naval Shipyard The request for funds has been processed. The ARE is 1748. Thank you and have a great day. V/r NAVFAC MIDLANT, PWD Portsmouth From: NAVFAC MIDLANT, PWD Portsmouth Sent: a To: . .DLANT. autumn-am AVFAC MIDLANT AM Cc: (Jillian-:81 I smouth; NAVF ortsmoulh; smouth NAVFAC Subject: . FUNDING REQUEST ISO DESTRUCTIVE WEATHER PREPARATIONS AT NORFOLK NAVAL SHIPYARD FOR HURRICANE IRMA - REMOVAL OF CAPSTAN MOTORS AND CONTROLLERS Attachments: Ca stan Motors Removal IGE and Inventory.xlsx Good morning: Funding amount required for subject is now $59,796.00. Request either the BASIC funding document be issued in either this amount or an amendment be issued soon after the BASIC document issued. Preference is for whichever way is quicker for our Acquisition Branch to receive a Line of Accounting. Reason for the increase is that NNSY requires five (5) motors and four (4) controllers around Dry Dock 3, which was not included our initial request. Vr inal Messa Wham new, PM) ponsmoum Se 06. 2017 10:16 PM NAVFAC MIDLANT AM Cc NAVFAC MIDLANT, PWD Pertsmouth NAVFAC MIDLANT, PWD Po NAVFAC MIDLANT, PWD Portsmout NAVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, PWD Portsmout AVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, ARE Subject: FUNDING REQUEST ISO DESTRUCTIVE WEATHER PREPARATIONS AT NORFOLK NAVAL SHIPYARD FOR HURRICANE IRMA - REMOVAL OF CAPSTAN MOTORS AND CONTROLLERS Good evening: This funding request is submitted as Norfolk Naval Shipyard has initiated its destructive weather preparations for Hurricane IRMA. The motors and controllers need to be removed from the areas around Dry Docks 1,2, and 4 in the Controlled Industrial Area, NSS Norfolk NSY. If these motors and controllers are not removed, they are subject to damage in the event of a storm or tidal surge. NAVFAC MIDLANT. AM From: Sent: 07, 2017 13:59 To: NAVFAC MIDLANT, pwo Portsmouth;? Cc: rtsmouth; NAVFAC AVFAC MID outh NAVFAC MIDLANT, PWD Portsmouth; NAVFAC ro uctlon ontro; NAVFAC MIDLANT. PWD Portsmouth Subject: RE: FY17 FUNDING REQUEST ISO- DESTRUCTIVE WEATHER PREPARATIONS AT NNSY FOR HURRICANE IRMA - REMOVAL OF CAPSTAN MOTORS AND ERS. (W) 13497187, Signed By: @navymil Funding request has been processed. The ARE is 3403. Thank you and have a great day. V/r Program Analyst NAVFAC ML - ARE OFFICIAL USE ONLY-PRIVACY ACT This email, including any attachments, may contain information that requires protection from unauthorized disclosures. Do not disseminate this email, or its contents, to anyone who does not have an of?cial need for access. Any misuse or unauthorized disclosure of this information may result in both civil and criminal penalties. inal Messa From? NAVFAC MIDLANT, PWD Portsmouth Sent: ursda Se tem er 07, 2017 9:24 AM AVFAC MIDLANT, AM, NAVFAC MIDLANT, PWD Portsm NAVFAC MIDLANT, AREZ AVFAC MIDLANT, PWD Portsmouth; NAVFAC MIDLANT, PWD Portsmout NAVFAC MIDLANT, PWD Portsmouth; DLANT, PWD Portsmouth; NAVFAC MIDLANT, PWD AVFAC MIDLANT, PWD Portsmouth; NAVFAC ML_PWDPortsmouth_Production Contro; AVFAC MIDLANT, PWD Portsmouth Subject: FY17 FUNDING REQUEST ISO- DESTRUCTIVE WEATHER PREPARATIONS AT NNSY FOR HURRICANE IRMA - REMOVAL OF CAPSTAN MOTORS AND CONTROLLERS, (W) 13497187, attached. MDI- 93 NAVFAC MIDLANT, PWD Portsmouth From: MIDLANT, PWD Portsmouth Sent: Wednesda Se Iember 06, 2017 22:16 To: Cc: LAW NAVFAC outh NAVFAC I A PonsmouthAVFAC oulh: CIV NAVFA ortsmouthWAVF I Po?smoutW NAVFAC smouth; .NAVFA Subject: FUNDING REQUEST ISO DESTRUCTIVE WEATHER PREPARATIONS AT NORFOLK NAVAL SHIPYARD FOR HURRICANE IRMA - REMOVAL OF CAPSTAN MOTORS AND CONTROLLERS Attachments: STATEMENT OF WORK FOR CAPSTAN MOTOR AND CONTROLLER Capstan Motors Removal IGE.XLSX Good evening: This funding request is submitted as Norfolk Naval Shipyard has initiated its destructive weather preparations for Hurricane IRMA. The motors and controllers need to be removed from the areas around Dry Docks 1,2, and 4 in the Controlled Industrial Area, NSS Norfolk NSY. If these motors and controllers are not removed, they are subject to damage in the event of a storm or tidal surge. Funding is requested IAO $55,440.00. The following details are provided for the funding document: Contract Number: emcernaw-mn PSC221PZ, MAINTENANCE OF OTHER NON-BUILDING FACILITIES Period of Performance: 9/7/2017 - 9/22/2017 For ease of reference, I?ve attached the funding document used to support the same requirement for Hurricane MATTHEW. All funding on this document has been obligated. Attached you will ?nd the SOW and our Government Estimate. Please contact me if you have any questions on this request. Vii Resiectfullil LCDR, CEC, USN Director, Facilities Engineering Acquisition Division PWD Portsmouth OFFICIAL USE This message may contain information that is covered by the Privacy Act and should be viewed only by those with an official "Need to Know" basis. If you are not the intended recipient, be aware that any disclosure, copying, distribution or use of the content of this information is strictly prohibited. If you have received this communication in error, please notify me immediately by e-mail and delete the original message. 1 STATEMENT OF WORK FOR CAPSTAN MOTOR AND CONTROLLER REMOVAL The contractor sha11 provide 311 1abor. materia1s, and supervision to remove al1 motors and contro11ers for the capstans around Ory Docks 1, 2, and 4 at NorfoTk Nava1 Shipyard, Portsmouth, vir inia, prior to the destructive weather expected from Hurricane IRMA. Contractor sha 1 store the motors and contro11ers. The contractor sha11 reinsta11 the motors and contro11ers after the destructive weather event and perform an operationa1 test on each capstan. Page 1 ITEM DESCRIPTION MATERIAL COST LABOR COST TOTAL CAPSTAN MOTORS my um: um Cm! Tom Houn Hrly Rate Total Tom. AT 00 1. 2. &4 Remove Motors 21 EA 5 - 12 252 $66.00 16,632.00 $16,632.00 Remove Controllers 21 EA - 6 126 $66.00 8,316.00 8,316.00 Install Motors 21 EA - 14 294 $66.00 19,404.00 $19,404.00 Install Controls 21 EA - 8 168 $66.00 11,088.00 $11,088.00 55,440.00 Blocks 1 - ii To Be Filled Out By Client I 1. Customer Funded Job Order I 2. Date: 09/0711 7 3. Title: removal of captans for destructive weather 4. Location of Request 5. Products Requested: (Check only one) 6. Impact if not Completed: If these motors and controllers are not removed, they are subject to damage In the event of a storm or tidal ScopelCost Estimate Design or Study (circle one) Construction or Services (circle one) surge. Note Tholeuoducn BB W83 :1 excelling aw ammo the errath the provburly mum TFJ and many: (as appropriate) 7- FCC Inform Name: phone:- ShoplCode: PRMH Emai 8. Description of Problem/Pequirement (include constraints and special requirements): Remove capstains on 001 .002. 004 for destructive weather Blocks 9 .. 13 To Be Filled Out By was I 9. FMS Nam- 10. Estimated Cost (ii applicable): 1 11. E-Project 12. MAXIMO #:1349713? 13. Can this workbecombined with similarwork in the samelocalion? Yes 8] No it Yes. which similar work? Blocks 14 - 20 To Be Filled Out By SWIB 14. Verify the following issues have been considered and adequately addressed: Site Approval/SHPO Review Job Site Access! Restrictions on Work Environmental Concerns! issues Utility Outages! Dig Permits El 15. Assign Work Category: I Based on: 16. Work Execution Strategy. 17. Assigned Project Manager: Strategy Funding Avail: Target FY: '9 1 Milli 9933 El A0 Cl i planning SWIB Screen 1) 4/9 I PMaE-ScopeICost Est El FWD Pmducnon (PRM3) PMaE-Design or Study SHPO Approval (PRMH (3 production [3 Project/Site Appr. Nuclear Approval (2380) I 18. Priority (Low. Med. Hi): 19. ii Applicable: Funds 8. Dry Docks (930) Design/Build pwo FEAD (PRMZ) cm sir/,7 Ei Design/eweuud 20. SWIB Comments: SW 15 - Work Request Form (Rev. 01/1 1) MIDLANT, PWD Portsmouth From: MIDLANT, PWD Portsmouth Sent: u- 20171054 To: Cc: Portsmouth; NAVFAC CIV NAVFAC . ht A Portsmouth; Portsmouth; NAVFAC ML__PWDPortsmou ro uc ton on r0 Subject: Request ADDITIONAL URGENT FY18 ST Funding- Dry Dock 3, Re-install 10 motors and 9 controllers SR) 13497187, 1671 Signed By: navymil Please provide ADDITIONAL FY18 ST direct cite funding (RC-LD) in the negotiated amount of $4,760.00, on funding document N3244318RC034LD, for a new total of $18,020.00. To be accomplished on contract N40085-17-D-1156, CIA, CAC 7185 applies. Requested award date is 10/25/17. MDI- 93 Cl- 0 P50 AREial 1671 v/r, ST Spend Plan Manager Code PRM11 NAVFAC MIDLANT, Requirements Branch Bldg. 1500, 5th floor, NNSY NAVFAC MIDLANT, PWD Portsmouth TwAvrAc MIDLANT, PWD Portsmouth? NAVFAC MIDLANT, PWD Ponsmout Cc_ NNSY, Code 980? NAVFAC MIDLANT, PWD Portsmouth- CIV NAVFAC MIDLANT, PWD Portsmouth Subject: RE: REQUEST FOR ADDITIONAL FUNDS IAO $4,760.00 to Re-install 10 motors and 9 controllers (N3244318RC034LD) Adding the FSCM to the email thread for her SA. Vr, 8 NAVFAC MIDLANT, PWD Portsmouth From: AVFAC MIDLANT. PWD Portsmouth Sent To: Cc: NAVFAC Ml ortsmouih; Subject: RE: ATHORIZATION TO PROCEED NTE $13,260.00 TO RE-INSTALL CAPSTANS NNSY Signed By: @navymil This will be a task order on contract N400851701156. Supervisory Contracting Officer FEAD Portsmouth Norfolk Naval Shi ard NAVFAC MIDLANT, PWD Portsmouth NSY, Code 980 AVFAC MIDLA Util?F NAVFAC MIDLANT, PWD Portsmout navy.mil)WNA MIDLANT, PWD Portsmouth Subject: ATHORIZATION ro PROCEED NTE $13,260.00 TO RE-INSTALL CAPSTANS ONCONTRACT, NNSY This is your Authorization to Proceed not to exceed $13,260.00 to re-install and make operational by 8 Nov 2017 the following capstans: NosFunding document: N3244318RC034LD LOA: 1781804 SZFM 254 00520 056521 20 44318RC034LD Please contact the Contracting Of?cer when you reach 75% on the NTE amount. Thank you. Supervisory Contracting Of?cer FEAD Portsmouth NAVFAC MIDLANT, PWD Portsmouth From: CNI, ARE Sent: 2017 12:30 To: AVFAC MIDLANT, PWD Portsmouth?CM. Cc: AVFAC MIDLANT, PWD Portsmouth-\JNSY. Code 980 Subject: RE: Request URGENT FY18 ST Funding- Dry Dock 3. RE-INSTALL CAPSTAN 9 MOTORS 8 CONTROLLERS, (W) 13497187. Signed By: _?navy.mil The request for funds has been processed. The ARE is 1671. Thank you and have a great day. Program Analyst - ARE @nav .mil OFFICIAL USE ONLY-PRIVACY ACT This email, including any attachments, may contain information that requires protection from unauthorized disclosures. Do not disseminate this email, or its contents, to anyone who does not have an official need for access. Any misuse or unauthorized disclosure of this information may result in both civil and criminal penalties. inalMessa From?wm mom, Pwo pommoum Sent: Thursda October 19, 2017 12:13 PM cm, ARE MIDLANT, PWD Code 980- cm, ARE Subject: FW: Request URGENT FY18 ST Funding- Dry Dock 3, RE-INSTALL CAPSTAN 9 MOTORS 8: 8 CONTROLLERS, (W) 13497187, He? Just a remm er. This is hindering ship movement. TksI inalMessa MIDLANT, PWD Portsmouth Sent: Wednesday, October 11,2017 1:32 PM NAVFAC MIDLANT, AM NAVFAC MIDLANT, PWD Portsmo FAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT, AREZ NAVFAC MIDLANT, PWD Portsmouth; NAVFAC MIDLANT, PWD Portsmouth; MIDLANT, PWD Portsmouth From: MIDLANT. PWD Portsmouth Sent: Wednesda . October 11, 2017 13:32 To: MIDLANT, NAVFAC MIDLANT, Cc: NAVFAC MIDLANT, PWD Portsmout NAVFAC th; NAVFAC MIDLANT. PWD Portsmouth; AVFAC MIDL - NAVFAC NAVFAC MID Portsmouth NNS Subject: Request URGENT FY18 ST Funding- Dry Dock 3. RE-INSTALL CAPSTAN 9 MOTORS 8 CONTROLLERS, (W) 13497187, Attachments: RE: Capstan Motors 8. Controllers Install back? (8.46 Statement of Work Install Capstan Motors and controllers for undocking LA JOLLA 8NOV17.docx: stans.10.11.17.pdf Signed By: @navymil Please provide URGENT FY18 ST direct cite funding (RC-LD) in the negotiated amount of $13,260.00, to award "Reinstall 9 Capstan Motors and 8 Controllers", at Dry Dock 3, NNSY. To be accomplished on contract N4008S-17-D-1156, CIA, CAC 7185 applies. Requested award date is 10/20/17. Impact- Capstan motors and controllers must be reinstalled prior to scheduled undocking of USS Lalolla on November 8, 2017. NNSY acquisition POCnavymil. FMD POC- MDI- 93 Cl- 0 PSC Code- v/r, ST Spend Plan Manager Code PRM11 NAVFAC MIDLANT, Requirements Branch floor, NNSY iI Message-m- MIDLANT, PWD Portsmouth Sent: Wednesda October 11, 2017 12:56 PM To AC MIDLANT, PWD Portsmouth Cc NAVFAC MIDLANT, PWD Portsmouth Subject: RE: Capstan Motors Controllers Install back? Project Description and Purpose: STATEMENT OF WORK NORFOLK NAVY SHIP YARD Dry Docks 3 in the Controlled Industrial Area at NSS Norfolk NSY WORK ORDER 11 October 2017 SCOPE OF WORK: INSTALLATION OF CAPSTAN MOTORS AND CONTROLLERS Contractor shall provide all labor and management to accomplish the removal and reinstallation of 9 Capstan motors and 8 capstan controllers, see inventory, in preparation of the undocking of LA OLLA Contractor will: Removal Transport all tools, equipment and manpower to jobsite. Schedule work and submit outages request Perform necessary Lock Out/Tag Out for all effected equipment to ensure all sources of stored energy are properly secured. Ensure all surfaces are protected from damage for the duration of work. Disconnect motors and remove Store motors in safe dry secure area until time to reinstall. Clean all areas in and around work area. Installation Transport all tools, equipment and manpower to jobsite. Schedule work and submit outages request Perform necessary Lock Out/Tag Out for all effected equipment to ensure all sources of stored energy are properly secured. Ensure all surfaces are protected from damage for the duration of work. Install motors Remove Lock Out/Tag Out Test motor operation Clean all areas in and around work area Working Hours: The contractor shall provide a schedule to accomplish all work. Period of Performance: Work shall be completed within four months after receipt of Task Order. Pre-Work Plan Meeting: No work will start prior to the on-site Pre-performance on-site meeting with PAR and customer. The purpose of the meeting is for the contractor and CAPTSTAN MOTOR INVENTORY DRY DOCK 3 CAPSTAN MOTOR LOCATION TYPE DD3 8 CJ-IS N.EN.E.T DD3 ll CJ-IS N.E.T DD3 I2 CKH Superior 003 N.E.T DD3 IS KR A.C. Hoyle DD3 NET Blocks 1 - 8 To Be Filled Out By Client I 1. Customer Funded Job Order #1 I 2. Date: 10/11/17 ?le: Re-install capstans and molars on 00-3 4. Location of Request #IFlr #):915 5. Products Requested: (Check only one) 6. Impact if not Completed: The capstans and controllers need to be rte-installed so scopeJCOsl Es?mate that the La Jolla car: 1108117 Design or mqu Construction or ervices (circle one - New Those picnic? in ascending order mm mo anaemia-4 oi prowl:qu convicted mi and frid'ngl mum?) - 7. P00 lnlor Name: Phon- ShoplCode; PRM11 Email: 8. Description of Problem/Requirement (Include constraints and specl 'i'he need to be re-instalied so that the La Jolia can undock Capstans: Nomotor could not be removed but controller was removed). Install motors= 9 and Install controllers: Blocks 9 .. 13 To Be Filled Out By FMS 9. FMS Name: 10. Estimated Cost (if applicable): I 11. E-Proi . 12. MAXIMO #:13789645 13. Can this work be combined with similar work in the same location? Yes No if Yes, which similar work? Blocks 14 - 20 To Be Filled Out By SWIB 14. Verify the following issues have been considered and adequately addressed; Site Approval/SHPO Review Job Site Access! Restrictions on Work I: Environmental Concerns! Issues El Utility Outages} Dig Permits 15. Assign Work Category: [3,m ?1 Based on: 16. Work Execution Strategy: 17. Assigned Project Manager; $7693; Fundi Avail: rget?gY: Mam Initials gals AC1 Planning Screen 1) PM&ErScope!Cost Est FWD PFOUUCUON (PRM3) PMatE-Design or Study SHPO Approval Production [3 APPF- (PRW) ?mm Nuclear Approval (2380) 18. Priority (Low, Med. Hi): 19. If Applicable: Funds 8. Dry Docks (950) El DesignIBuiId PWD FEAD (PRMZ) Design/BidiBuiid 20. SWIB Comrn'enis: ??31 wit!) V?l?i?b Work Request Form (Rev. NAVFAC MIDLANT, PWD Portsmouth AVFAC MIDLANT, PWD Portsmouth Sent: Tuesda December 19 2017 12:5 To: howled?ema? Cc: NAVFAC MIDLANT. PWD Portsmouth; Portsmouth Subject: Request URGENT ADDITIONAL FY18 ST Funding - Dry Dock 4. RE-INSTALL 11 CAPSTAN MOTORS 10 CAPSTAN CONTROLLERS, (SR) 13963502, 1946 Attachments: 4 2017.pdf; RE: REQUEST FOR PROPOSAL - RE-INSTALL 10 TORS 9 CAPSTAN (36.8 Signed By: mnavymil Please provide additional URGENT FY18 ST funding (RC-L0) in the amount of $1,870.00, on funding document N3244318RC054LD, for a new total of $19,890.00, to award "Re-install 11 motors and 10 controllers", at Dry Dock 4, NNSY. To be accomplished on contract N40085-17-D-1156, CIA, CAC 7185 applies. Requested award date is 12/22/17. NNSY acquisition FMD Poc? MDI- 93 Cl- 0 PSC Code- 1946 v/ r. ST Spen an Manager Code PRM11 NAVFAC MIDLANT, Requirements Branch Bldg. 1500, 5th floor, NNSY --m0r From: NAVFAC MIDLANT, PWD Portsmouth Sent: Tuesda December 19, 2017 12:39 PM NAVFAC MIDLANT pwo Portsmouth Cc? NAVFAC MIDLANT, PWD Portsmouth? NAVFAC MIDLANT, PWD Portsmouth Subject: FW: Source] RE: REQUEST FOR PROPOSAL RE-INSTALL 10 CAPSTAN MOTORS 9 CAPSTAN CONTROLLERS 004, NNSY 8/ Supervisory Contracting Of?cer FEAD Portsmouth Norfolk Naval Shi ard Phone navymil From: Sent To: Cc: Subject: Attachments: Signed By: NAVFAC MIDLANT, PWD Portsmouth MIDLANT, PWD Portsmouth 07, 2017 LANT, AVFAC MIDLANT, PWD Portsmouth; NAVFAC MIDLANT, PWD Portsmouth Request URGENT FY18 ST Funding: Dry Dock 4, Install Capstan Motors Controllers, (SR) 13963502. SOW to Install Capstan Motors and controllers at DD 4.docx; Dry Dock 4 Capstan Motor tion lGE.xlsx; @navymil Please provide URGENT FY18 ST direct cite funding (RC-L0) in the negotiated amount of $18,020.00, to award "Reinstall 10 Capstan Motors and 9 Controllers", at Dry Dock 4, NNSY. To be accomplished on contract CAC 7185 applies. Requested award date is 12/29/17. Impact- Capstan motors and controllers must be installed prior to scheduled docking of USS Wyoming on February 8, 2018. NNSY acquisition POC MDI- 93 CI- 0 PSC Code- v/r, ST Span! P an Manager Code PRM11 mope? NAVFAC MIDLANT, Requirements Branch .1500 5th floor, NNSY @navymil inalMessa not NAVFAC MIDLANT, ewe Portsmouth Se MIDLANT, PWD Portsmouth Subjec 2 aps an "15 all motors controllers for Dry Dock No. 4, docking of the Wyoming 8FE818 ber 06, 2017 10:52 AM Subject: RE: Capstan install for Dry Dock No.4, docking of the Wyoming 8FE818 FYI, this would be for the docking of the Wyoming on 8FE318. Tks! inal Messa e-m- FromNAvrAc MIDLANT, PWD Portsmouth Sent: ues a ecem er .2017 6:52 AM Toz?m. Ans Subject: FW: Capstan install for Dry Dock No.4, docking of the Wyoming 8FE318 Good mornin? Just a heads up, we?re getting the price together for subject reinstallation of motors and controllers on the capstans in dry dock 4. These were removed prior to the hurricanes last FY. I'm thinking around $20k? Needless to say, it's time sensitive, to meet the docking schedule for the next ship. Does this look like an issue providing the funding right away? MIDLANT, PWD Portsmouth 04, 2017 8:06 AM NT, PWD Portsmouth;_AVFAC MIDLANT, PWD NAVFAC MIDLANT, PW ortsmout NAVFAC MIDLANT, PWD Portsmouth NAVFAC LANT, CIV NNSY, Code 980; AVFAC MIDLANT, PWD Portsmouth Subject: RE: Capstan install for Dry Dock No.4, docking of the Wyoming 8FE818 All, Based on the previous task order to re-install the capstans: Motors 14 hours each $85.00 per hr Controllers 8 hours each $85.00 per hr Supervisory Contracting Officer FEAD Portsmouth Norfolk Naval Shi mo-Ori inal Messa Mimi NAVFAC MIDLANT, PWD Portsmouth Sent: Monday, December 04, 2017 6:43 AM . we PRODINST P110001 BLANK 17-1 FORM Emit nL lieustomer Funded (Yes or No): lzoaie: 3. Titlezinstall capstans and motors for DD4 4. Location of Request #IFlr BLDG 920 5. Products Requested (Check all 6. Impact if not Completed: Unable to support DD4 that apply): evolution of servicing the Wyoming project Contract Developm enIIMod ScopelCost Estimate 7. Review In Order (initials): Design 51 a) BM: c) 0985: e) FMS: b) C2380: d) APWO: 8. Customer Priority Score: Services 9. Building Monitor or Technical POC Information: 10. Funding POC Information: NameiCode: NamelCode: PhonelEma?: Phone/Email: 11. Description of ProblemII-Requirement (include constraints, special requirements and description of attachments): install 10 motors and 9 controllers Block; 12 -1s 19 as Filled Out 131 ms T12. FMS Name 13. Estimated Cost (if applicable): 14. E-Prolect 15. MAXIMO #:13963502 16. Can this work be combined with similar work in the same location? Yes BIND If Yes. which similar work? Blocks 17 - 23 To Be Filled Out At SWIB Verify the following issues have been considered and adequately addressed: Site Approvai/SHPO Review Job Site Access] Restrictions on Work Environmental Concerns! Issues Utility Outages! Dig Permits El 10. Assign Work Category: I [310 IV Based on: 19. Work Execution Strategy: 20. Assigned Project Manager: egy Funding/Avail: Target Mo "1 FY: Reviewed by: initials gag AQ CI Planning SWIB Screen (PRM11) PMaE-ScopeICost Est FWD Production (PRMS) PMGiE?Design or Study SHPO Approval (PRM1) Production ProjecllSite Appr. . *1 W0 FEAD (PRMZ) 21. NAVFAC Priority Score: 22. If Applicable: DesignlBuild 23. SWI?Comments: gut?SQ) gum times] Um - do to estate I - 9 - all 0 F-l Form (Rev. 9:16) 148, Rev. A Enclosure (1) Sheet 1 ITEM DESCRIPTION COST ILABOR COST TOTAL my um: Ium cm Tow IHoon Huy Rm Tanl tom Install Motors 10 EA 5 - - 14 140 $85.00 11,900.00 $11,900.00 lnstail Controls 9 EA - - 8 72 $85.00 6,120.00 6,120.00 18,020.00 SOLICITATION, OFFER, 1. SOLDITATDN NO. 2. TYIEOF SOLICITATDN 3. DATE PAGEOF PAGES AND AWARD 17 a 206 seamen (PB) 12-Dec-2016 1 OF (Construction, Alteration. or Repair) 0085. . .7 {Rpm 30 IMPORTANT - The "offer" section on the reverse must be fully completed by o?oror. 4. CONTRACT NO. 5. RBDIEST NO. 6. PROJECT m. M00854 7-0-7213 CODE M0085 ("Other T'hanltem?) CODEI NAVFAC MD ATLANTIC PWD NORFOLK NAVAL SHIPYARD FACILITIES ENGINEERING AGO DIV see ?em 7 BLDG 492 PORTSMOUTH VA 23709-1002 TE: FAX: TE: FAX: 9. FOR B. NO. include area code) (NO COLLECT CALLS) CALL: SOUCITATION NOTE: In sealed bid solicitations ?offer? and "offeror' mean "bid" and "bidder". 10. REQUEES PERFORMAPCE OF IN DOGNEWS (77216. iden?lying no, date): BULDNG 491 - FLOOD DAMAGE VA 23709 SBA WFCATION Ml: 0304?17-700294 11. The Contractor snail begh perfomance wlhin 10 calendar days and corrptele it 92 calendar days after recelvhg El award. notice to proceed. This perfomance period is mandatory, negouabta, (See 128.0ALBNDARDAYS (if within howmeny calendar days after awerdI'n Item 128.) 10 EYES No 13. Anomoth SOLICITATION REQURBIENTS: A. Sealed offers In orighai and 1 copies to perform the work required are due at the place spec?ed in Item 8 by (hour) local time (date). if this is a sealed bid soicttation. offers nust be publicly opened at thattkne. Sealed envelopes contalnhg offers shal be worked to show the offeror?s name and address. the soliciation nurber. and the date and tire offers are due. B. An offer guarantee is. is notreqwed. 0. AI otters are subiect to the (1) work and (2) other provisions and clauses incorporated in the solicitation fut text or by reiorence. 0. Offers less than 50 calendar days for Government acceptance after the date offers are due wi not be oonstiered and wil be reiected. NSN 7540-01-155-3212 ?4240? STAW FORM 1442 (REV. 4-85) Prelabd FAR (ABCFR) Mite) Section 00010 - Solicitation Contract Form ITEM NO QUANTITY UNIT 0001 1 Project Building 491 Flood Damage Repairs NNSY FFP Building 491 Flood Repairs. NNSY Portsmouth, VA FOB: Destination ITEM NO QUANTITY UNIT 000101 FUND ACRN AA FFP UNIT PRICE $1,176,188.00 NET AMT UNIT PRICE Funding Doc. No.: N3244317RC050LD CUSTOMER ACRN AA FOB: Destination MILSTRIP: N3 2443 7RC050LD ACRN AA SCOPE OF WORK NETAMT N40085-17-C-7206 Page 3 of 30 AMOUNT $1,176,188.00 $1,176,188.00 AMOUNT $0.00 $0.00 $1,176,188.00 The Contractor shall fumish all labor, material, equipment and supervision necessary for the following repairs for Building 491 Flood Damage Repairs, located at the Norfolk Naval Shipyard. Portsmouth, Virginia, all as directed by the Contracting Of?cer, and in accordance with: NAVFAC Contractible Scope of Work: Attached NAVFAC Drawings Job Order No.: 1987007 Request for Proposal (RFP) dated 25 October 2016 Amendment 01 dated 08 November 2016 N40085-1 7-C-7206 Page 5 of 30 ASBEOOSS-OOS 05/01/2014 Rates Fringes ASBESTOS FROST 21.71 1 1.21 Includes the application of all insulating materials, protective coverings, coatings and ?nishes to all types of mechanical systems BOILOO45-004 01/01/2016 Rates Fringes BOILERMAKER 31.92 25.21 BRVA0001-004 07/01/2013 Rates Fringes BRICKLAYER 19.00 8.13 ELEC0080-009 06/01/2016 Rates Fringes 27.49 a. Workmen shall take off 2 hours with pay, at the discretion of the employer, on State and National Election days; Tuesday following the ?rst Monday in November, provided they are quali?ed and vote. ENGIOI47-024 11/01/2013 Rates Fringes 26.56 15.93 ROOF0185-008 06/01/2016 Rates Fringes ROOFER 28.25 12.26 SHEE0100-038 07/01/2016 Rates Fringes SHEET METAL WORKER (Including HVAC Duct Installation) ..S 22.24 15.99 SUVA2010-116 09/20/2010 Rates Fringes CARPENTER (Drywall Hanging Only) 16.00 1.21 CARPENTER (Form Work Only) 16.40 0.00 CARPENTER, Excludes Drywall Hanging, and Form Work 15.50 1.28 FENCE ERECTOR 13.72 4.16 LABORER: Common or General ..S 8.25 0.38 LABORER: Landscape 10.64 0.00 LABORER: Mason Tender - Cementhoncrete 12.96 3.12 LABORER: Pipelayer 12.40 2.33 N40085-17-C-7206 Page 7 of 30 N40085-l 7-C-7206 Page 9 of 30 The body of each wage determination lists the classi?cation 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 classi?cations are listed in alphabetical order of "identi?ers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identi?ers A four letter classi?cation abbreviation identi?er enclosed in dotted lines beginning with characters other than or denotes that the union classi?cation and rate were prevailing for that classi?cation in the survey. Example: 07/0l/2014. PLUM is an abbreviation identi?er of the union which prevailed in the survey for this classi?cation, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to re?ect all rate changes in the collective bargaining agreement (CBA) governing this classi?cation and rate. Survey Rate Identi?ers Classi?cations listed under the identi?er indicate that no one rate prevailed for this classi?cation in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classi?cation. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classi?cations and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5ft 3/2014 indicates the survey completion date for the classi?cations and rates under that identi?er. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identi?ers Classi?cation(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classi?cations; however, l00% of the data reported for the classi?cations was union data. EXAMPLE: 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the Page 11 of 30 Wage and Hour Administrator US. Department of Labor 200 Constitution Avenue, NW. 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 US. Department of Labor 200 Constitution Avenue, NW. Washington, DC 20210 4.) All decisions by the Administrative Review Board are ?nal. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 7 1 AVFA ID N45808 FWD NORFOLK NAVAL SHIPYARD BUILDING 1500, 5TH FLOOR VA 23709-5000 es Ina ton 000101 NA NA 52.222- 15 52.222-21 52.222-26 52.222-27 52.222-34 52.222-35 52.222-36 52.222-37 52.222-50 52.222-54 52.223-2 52.223-3 52.223-5 52.223-6 52.223-15 52.223-17 52.223-18 52.225-13 52.227-1 52.227-2 52.227-4 52.228-2 52.228-5 52.228-11 52.228-12 52.228-14 52.228-15 52.229-3 52.232-5 52.232-17 52.232?23 Alt 522332-27 522312-33 52.233-1 52.233-3 52.236-2 52.236-3 52.236-5 52.236-7 52.236-8 52.236-9 52.236-10 52.236-11 52.236-12 52.236-14 52.236?15 52.236-17 Certi?cation of Eligibility Prohibition Of Segregated Facilities Equal Opportunity Af?rmative Action Compliance Requirements for Construction Project Labor Agreement Equal Opportunity for Veterans Equal Opportunity for Workers with Disabilities Employment Reports on Veterans Combating Traf?cking in Persons Employment Eligibility Veri?cation MAY 2014 APR 2015 APR 2015 APR 2015 MAY 2010 OCT 2015 JUL2014 FEB 2016 MAR2015 OCT 2015 Af?rmative Procurement of Biobascd Products Under ServiceSEP 2013 and Construction Contracts Hazardous Material Identi?cation And Material Safety Data JAN 1997 Pollution Prevention and Right-to-Know Information Drug-Free Workplace Energy Efficiency in Energy-Consuming Products MAY 201 1 MAY 2001 DEC 2007 Af?rmative Procurement of EPA-Designated Items in ServiceMAY 2008 and Construction Contracts Encouraging Contractor Policies To Ban Text Messaging While Driving Restrictions on Certain Foreign Purchases Authorization and Consent Notice And Assistance Regarding Patent And Copyright Infringement Patent Indemnity-Construction Contracts Additional Bond Security Insurance - Work On A Government Installation Pledges Of Assets Prospective Subcontractor Requests for Bonds Letter of Credit Performance and Payment Bonds--Construction Federal, State And Local Taxes Payments under Fixed-Price Construction Contracts Interest Assignment of Claims (May 2014) - Alternate Prompt Payment for Construction Contracts Payment by Electronic Funds Transfer--Systern for Award Management Disputes Protest After Award Differing Site Conditions Site Investigation and Conditions Affecting the Work Material and Workmanship Permits and Responsibilities Other Contracts Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements Operations and Storage Areas Use and Possession Prior to Completion Cleaning Up Availability and Use of Utility Services Schedules for Construction Contracts Layout of Work AUG 20] 1 JUN 2008 DEC 2007 DEC 2007 DEC 2007 OCT 1997 JAN 1997 JAN 2012 MAY 2014 NOV 2014 OCT 2010 FEB 2013 MAY 2014 MAY 2014 APR 1984 MAY 2014 JUL2013 MAY 2014 AUG 1996 APR 1984 APR 1984 APR 1984 NOV 1991 APR 1984 APR 1984 APR 1984 APR 1984 APR 1984 APR 1984 APR 1984 APR 1984 N40085-17-C-7206 Page 13 of 30 N40085-l 7-C-7206 Page 15 of 30 CLAUSES INCORPORATED BY FULL TEXT 52.21140 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to commence work under this contract within [0 calendar days after the date the Contractor receives the notice to proceed, prosecute the work diligently, and complete the entire work ready for use not later than 120 calendar days.? The time stated for completion shall include ?nal cleanup of the premises. 52.2] 1-12 LIQUIDATED (SEP 2000) If the Contractor fails to complete the work within the time speci?ed in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $750.00 for each calendar day of delay until the work is completed or accepted. 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} 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) The Contractor shall make the following noti?cations in writing: (I) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting recordsI the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days. (2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership. The Contractor shall-- (1) Maintain current, accurate, and complete inventory records of assets and their costs; (2) Provide the ACO or designated representatiVC ready access to the records upon request; (3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identi?ed accurater before and after each of the Contractor's ownership changes; and (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change. The ContractOr shall include the substance of this clause in all subcontracts under this contract that meet the N4 0085-1 7-C-7206 Page 17 of 30 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 of this clause or, if applicable, paragraph 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 modi?cation 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 alter a merger or acquisition that does not require a novation or within 30 days after modi?cation 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-- 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 date speci?ed in the contract for exercising any option thereafter. 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 standards. 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. Except as provided in paragraph of this clause, the Contractor shall make the representation required by paragraph of this clause by validating or updating all its representations in the Representations and Certi?cations section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they re?ect the Contractor?s current status. The Contractor shall notify the contracting of?ce in writing within the timeframes speci?ed in paragraph of this clause that the data have been validated or updated, and provide the date of the validation or update. 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 or of this clause. If the Contractor does not have representations and certi?cations in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting of?ce, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it is, is not a small business concern under NAICS Code 236210- assigned to contract number N40085-l 7-C-7206. (Contractor to sign and date and insert authorized signer's name and title). (End of clause) 52222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) N40085-l 7-C-7206 Page 19 of 30 (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (I) of this de?nition, plus allocable overhead costs, but excluding pro?t. Cost of components does not include any costs associated with the manufacture of the construction material. Domestic construction material means-- An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if? 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. Domestic preference. (I) This clause implements 4i U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs and of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: (3) The Contracting Officer may add other foreign construction material to the list in paragraph of this clause if the Government determines that The cost of domestic construction material would be unrsonable. 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 The construction material is not mined, produced, or manufactured in the United States in suf?cient and reasonably available commercial quantities of a satisfactory quality. Request for determination of inapplicability of the Buy American Act. Any Contractor request to use foreign construction material in accordance with paragraph 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; Page 21 of 30 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Include the substance of this clause, including this paragraph in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) United States law will apply to resolve any claim of breach of this contract (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Of?cer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter I) clause with an authorized deviation is indicated by the addition of after the date of the clause. The use in this solicitation or contract of any insng rggulgtign name (48 CFR clause with an authorized deviation is indicated by the addition of after the name of the regulation. (End ofclause) 252204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT 2014) N40085-l 7-C-7206 Page 23 of 30 (ii) If located outside the United States, by contacting the local Dun and Bradstreet of?ce. The offeror should indicate that it is an offeror for a US. Government contract when contacting the local Dun and Bradstreet of?ce. (2) The of feror should be prepared to provide the following information: Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. Chief executive of?cer/key manager. (ix) Line of business (industry). (it) Company Headquarters name and address (reporting relationship within your entity). If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Of?cer, the Contracting Of?cer will proceed to award to the next otherwise successful registered Offeror. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. Offerors may obtain information on registration at (End of Provision) 252204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall- Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and Separately identify a payment amount for each contract line item included in the payment request. (End of clause) N40085-l 7-C-7206 Page 25 of 30 In general-- (I) Large-scale drawings shall govern small-scale drawings; and (2) The Contractor shall follow ?gures marked on drawings in preference to scale measurements. Omissions from the drawings or Speci?cations or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and speci?cations, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and speci?cations. The work shall conform to the speci?cations and the contract drawings identi?ed on the following index of drawings: Title File Drawing No. (End of clause) 5252.201-9300 CONTRACTING OFFICER AUTHORITY (JUN 1994) In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Of?cer on any contract, modi?cation, change order, letter or verbal direction to the Contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Of?cer. The Contractor is hereby put on notice that in the event a Government employee other than the Contracting Of?cer directs a change in the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Of?cer before making the deviation. Payments will not be made without being authorized by an appointed Contracting Of?cer with the legal authority to bind the Government. 5252.209-9300 ORGANIZATIONAL CONFLICTS OF INTEREST (JUN 1994) The restrictions described herein shall apply to the Contractor and its affiliates, consultants and subcontracts under this contract. If the Contractor under this contract prepares or assists in preparing a statement of work, speci?cations and plans, the Contractor and its affiliates shall be ineligible to bid or participate, in any capacity, in any contractual effort which is based on such statement of work or speci?cations and plans as a prime contractor, subcontractor, consultant or in any similar capacity. The Contractor shall not incorporate its products or services in such statement of work or speci?cation unless so directed in Writing by the Contracting Officer, in which case the restriction shall not apply. This contract shall include this clause in its subcontractors or consultants' agreements concerning the performance of this contract. 5252.228-9305 NOTICE OF BONDING REQUIREMENTS (DEC 2000) Within 10 days of receipt of award, the bidder/offeror to whom the award is made shall furnish the following bond(s) each with satisfactory security: Page 27 of 30 Pay DODAAC N68732 Document Type Construction/Facilities Management Invoice On the WAWF "Header Tab? the following is required: lssue Date Issue By N40083 Admin By N40085 Inspect By N45808 Ship To Code/Ext or Service Acceptor or Accept By N45808 Ship From Code/Ext LPO N40085 Once Submitted. select "Send More Email Noti?cations" InSpector Email Address Not Applicable Accountable Of?cial Email Address Not Applicable Operations Assistant (0A) Email Address Not Applicable Activity Fund Administrator email Address Not Applicable AWF point of contact for this contract i-and can be reached at dnavymil. Note: Supporting documentation must be attached. File names cannot contain spaces or special characters, except underscore which is an acceptable character. There is NO maximum to the number of ?les that can be attached to an invoice, however EACH ?le is limited to a maximum ?le size UNDER 2 megabytes. Before closing out of an invoice session in WAWF, but alter submitting the document(s), you will be prompted to "Send More Email Noti?cations." Select "Send More Email Noti?cation" and add additional email addresses noted above in the ?rst email address blocks. This additional noti?cation to the Government is important to ensure that the speci?c acceptor/receiver is aware the invoice documents have been submitted into WAWF. If you have any questions regarding WAWF, please contact the WAWF helpdesk at (9293), or the NAVFAC WAWF point of contact identi?ed above in section (End of clause) 5252.236-9301 SPECIAL WORKING CONDITIONS AND ENTRY TO WORK AREA (OCT 2004) The Government under certain circumstances may require denial of entry to the work areas under this contract where the Contractor?s work or presence would constitute a safety or security hazard to ordance storage or handling Operations. Restrictions covering entry to and availability of the work areas are as follows: Emu. Entry to work areas located within the special Security Limited areas, de?ned as those work areas located within the existing security fence, can be granted subject to special personnel requirements as speci?ed herein and to other normal security and safety requirements. Complete denial of entry to the Limited Page 29 of 30 5252.236-9310 RECORD DRAWINGS (Oct 2004) The Contractor shall maintain at thejob site two sets of full-size prints of the contract drawings, accurately marked in red with adequate dimensions, to show all variations between the construction actually provided and that indicated or speci?ed in the contract documents, including buried or concealed construction. Special attention shall be given to recording the horizontal and vertical location of all buried utilities that differ from the ?nal government- accepted drawings. Existing utility lines and features revealed during the course of construction, shall also be accurately located and dimensioned. Variations in the interior utility systems shall be clearly de?ned and dimensioned; and coordinated with exterior utility connections at the building ?ve-foot line, where applicable. Existing topographic features which differ from those shown on the contract drawings shall also be accurately located and recorded. Where a choice of materials or methods is permitted herein, or where variations in scope or character of methods is permitted herein, or where variations in scope or character of work from that of the original contract are authorized, the drawings shall be marked to de?ne the construction actually provided. The representations of such changes shall conform to standard drafting practice and shall include such supplementary notes, legends and details as necessary to clearly portray the as-built construction. These drawings shall be available for review by the Contracting Of?cer at all times. Upon completion of the work, both sets of the marked up prints shall be certi?ed as correct, signed by the Contractor, and delivered to the Contracting Of?cer for his approval before acceptance. Requests for partial payments will not be approved if the marked prints are not kept current, and request for ?nal payment will not be approved until the market prints are delivered to the Contracting Of?cer. 5252.236-9310 Record Drawings ALT 11 (OCT 2004) As prescribed in when a Design-Built contract is used replace with the following: "Upon completion of the work, both sets of the marked up prints shall be certi?ed as correct, signed by the Contractor, and delivered to the Contracting Officer for his approval before acceptance. Requests for partial payments will not be approved if the marked prints are not kept current, and request for ?nal payment will not be approved until the marked prints are delivered to the Contracting Of?cer." 5252.242-9300 GOVERNMENT REPRESENTATIVES (OCT 1996) a The contract will be administered by an authorized representative of the Contracting Of?cer. In no event, however, will any understanding or agreement, modi?cation, change order, or other matter deviating from the terms of the contract between the contractor and any person other than the Contracting Of?cer be effective or binding upon the Government, unless formalized by prOper contractual documents executed by the Contracting Of?cer prior to completion of this contract. The authorized representative as indicated hereinafter: _l . The Contracting Of?cer's Representative (COR) will be designated by the Contracting Of?cer as the authorized representative of the Contracting Of?cer. The COR is responsible for monitoring performance and the technical management of the effort required hereunder, and should be contacted regarding questions or problems of a technical nature. NAVFAC MIDLANT, PWD Portsmouth From: HAVFAC MIDLANT, PWD Portsmouth Sent: urs a Novem er 17, 2016 13:22 To: AVFAC MIDLANT, MIDLANT, NAVFAC Mi out NAVFAC MIDLANT, PWD Portsmouth; NNAVFAC mouth; Via, MIDLANT, NAVFAC MIDLANT, PWD Portsmouth; NAVFAC MIDLANT, PWD Portsmouth Subject: FW: Burl mg 491 Food Damage Repairs, NNSY Portsmouth, VA Attachments: Sco . df Signed By: ??navymil Importance: High AM Cc: MID NAVFAC MIDLA Please provide FY-17 Direct Cite funding (RC-L0) in the amount of $1,678,937.00, to award Flood Damage Repairs", Bldg. 419, NNSY Portsmouth due to Hurricane Matthew. To be accomplished on contract N40085-17-C-7206. NON-CIA, CAC 7125 applies. Requested award date i511/18/16. inal Messa From NAVFAC MIDLANT, PWD Portsmouth Sent: Thursda November 17, 2016 1:07 PM MIDLANT, PWD Portsmouth MIDLANT, PWD Portsmouth;-AVFAC MIDLANT, PWD Portsmouth;? NAVFAC MIDLANT, PWD Portsmou .. Subject: FW: Building 491 Flood Damage Repairs, NNSY Portsmouth, VA Good afternoon, Please provide funding in the amount of $1,176,188.00 for award of the subject project. The proposed contract number is The Scope of Work is attached, and the PSC Code is: ZZAA - repair or alterations of of?ce buildings If any additional information is required please contact me. l1, ontract pecuaist xi NAVFAC Mid-Atlantic, FEAD Portsmouth -- Norfolk Naval Shipyard Bldg. 492 Portsmouth VA 23709 .J Phone? Fax: (757) 395-3137 NAVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT. AM Sent: W19, 2016 8:13 To: NAVFAC MIDLANT. PWD Portsmouth; NAVFAC Production Contro AVFAC MID Cc: NAVFAC rtsmout NAVFAC MIDLANT PWD Portsmouth, London; NAVFAC MIDLANT, PWD Portsmouth Subject: RE: FY17 (STORM DAMAGE) - BLDG 491, Water Remediation and Extraction, (W) Signed By: ??navymil The ARE is 2036. AVFAC MIDLANT, Thank you and have a great day. V/r Mm - ARE nav .mil OFFICIAL USE ONLY-PRIVACY ACT This email, including any attachments, may contain information that requires protection from unauthorized disclosures. Do not disseminate this email, or its contents, to anyone who does not have an of?cial need for access. Any misuse or unauthorized disclosure of this information may result in both civil and criminal penalties. mnOriginal Message-m- MIDLANT, PWD Portsmouth Sent: Tuesday, October 11, 2016 2:55 PM To: NAVFAC ML_PWDPortsmouth_Production Contro NAVFAC MIDLANT, PWD Portsmout NAVFAC MIDLANT, PWD Portsmout NAVFAC MIDLANT, PWD Portsmouth MIDLANT, PWD Portsmouth PWD NAVFAC MIDLANT, PWD AVFAC MIDLANT, AM NAVFAC MIDLANT, AM - BLDG 491, Water Remediation and Extraction, (W) AVFAC MIDLANT, PWD AVFAC MIDLANT, PWD NAVFAC MIDLANT, PWD Portsmout Portsmouth New Londo Portsmouth Subject: FY1 The attached word document provides the FY17 Intent to Fund (Storm Damage), CAC 7125 applies. Requested award date is 10/14/16. PC- Forward to A0 POC?for contract negotiations. v/r. NAVFAC Pwo ponsmomh From: NAVFAC MIDLANT, PWD Portsmouth Sent: Wednesday, October 19, 2016 6:42 To: rtsmouth_Production Contro Cc: AVFAC MIDLA AVFAC MIDI. NAVFAC PWD Portsmouth Subject: FY17 URGENT - BUILDING 491: REPAIR FLOOD DAMAGE FROM HURRICANE MATTHEW. E-PROJECT 1568207. (W) Attachments: Estimate 1568207.pdf; Intent To Fund.doc Signed By: @navy.mil Importance: High The attached word document provides the FY17 URGENT Intent to Fund (ITF), NON-CIA, CAC 7125 applies. FMD requested award date is 10/28/16. PC- Forward to engineering POC?for packaging and forwarding to AQ for contract negotiations. V/r, FMS/Sustainment ST Controller Code NAVFAC MIDLANT, Requirements Branch Bldg. 1500, 5th floor, NNSY MIDLANT, PWD Portsmouth Sent: Tuesday, October 18, 2016 5:10 PM Contro AVFAC MIDLANT, PWD New London; NAVFA ML_PWDPortsmouth NAVFAC smouth NAVFAC - NAVFAC ML_PWDPortsmouth AVFAC PWD Portsmouth AVFAC MIDLANT, PWD Portsmouth AVFAC MIDLANT, PWD Portsmout NAVFAC MIDLANT, PWD Portsmouth NAVFAC MIDLANT PWD PORTSMOUTH Building 1500 Code PRM 211 1500 Pennock Street Portsmouth, VA 23709 Building 491 Flood Damage Repairs Cost Estimate NOROFLK NAVAL SHIPYARD PORTSMOUTH, VIRGINIA October 18, 2016 CONSTRU ESTIMATE NA VFAC MIDLANT, PWD PORTSMOUTH (REV. G, 14 JUN 16) DATE: 18 Oct 18 We: Bum 491 ?ned Damage Repair: comr no: Noroll Naval Shipyard STATUS OF DESIGN: wan: P?m CODE NO: 211 WORK 1 Ohm Mamrial: 2 Sales Tax on Materials 01 line 1) 6.00% 3 Dim: Labor (handing fringes) 396.921 40 4 Insurance 1. Tales (30% or Irno 3) 30.00% $29,076.42 5. Rental 52.930110 8. Sales Tax on Roma mayhem 01 line 5) 7.00% 3206 66 7. Eqdpmonr Mario 5 Operating Expense: 3517 44 a. SUBTOTAL (add Ilnos 1 -7) ?29.70412 NOTES I REMARKS WORK 9 Dirad Materials 8186.245 88 10. Sales Tax on Malevials of line 9) 6.00% 511.174 74 11 Diner Labor ?nclu?ng rum) $845,047.56 12 mama 5 Taxes (3013 crime 11) 30.00% 319151427 13 Renal Equipment 527.000.00 14 Sales Tax on Rama! Equ?prnent 01? na 13) 7.00% 51.89000 15 Enuipmenl Ownership 8- Operating Expenses 16 SUBTOTAL (add 9 - 15) 51.064.872.23 17 Home Of?ce Overhead (12?s 011m1?) 12.00% ?27.78167 18. Pro?t 01 um 16) 7.00% $74 541.08 19 SUBTOTAL (add llnu 16 -1I) $1,267,197.95 NOTES IREMARKS SUMHARY 20. Prime CoMrIdor?s Work (turn 11m 8) 5129.704 72 21 Sub-commer?s Work(iom'1ne 19) 51.267.197 95 22 SUBTOTAL (add lines 20 21) 31.396.902.67 24 Prime! Home 0160: (12% 01 line 22) 12.00% 8167 828 32 25 P1111103 Pro?t olline 22) 7.00% 597.783 19 26 SUBTOTAL (we "nun-25) 81.662.314.17 27 Prime Common Bond Premium 01m 26) 1.00% 516.623.? 28 TOTAL COST (Add Um 25 a 27) 81.818.937.32 Page 3 018 DIVISION 1 GENERAL REQUIREMENTS NAVFAC MIDLANT, PWD PORTSMOUTH (REV. G, 14 JUN 16) DATE: 18 Oct 16 BREAKDOWN OF DRECT COSTS CONTRACT NO: OF WORK Fm QTY MATERIAL LAROR ENIPHENY TOTAL Prim. Calm? Unit Cost Total Cost UNI Coal Tow Cosl Unit 6051 Total 6051 RIO 2 PROJECT MANAGER 18 $2377.00 535.6200 536.432.00 SUPERINTENENT '6 $1511.00 328376.00 $28,970.00 WBIIJZATION 1 $5,115.00 $517500 $5,175.00 SUPERINTENMNT TRUCK 16 $72.45 51.15920 $1,159.20 IO $113.95 $1,021.60 $1321.60 I TELEPHOWINTERNEWEMAIL $32.34 $537.44 0 $517.64 CIEAN UP 16 $414.00 36.8241]! 55.6241!) QC MANAGER 16 $1139.00 $13,224.00 $15,224.00 ADMW ASSISTANT 120 $12.42 31.49040 51AM Rania: 3 ?7 18? 88:2; :2 8' 3S. DIRECT PRIME TOTALS 595921.? $3.4?.24 SIMAIIM Page 5 of 8 WW WW DIVISION 7 THERMAL AND MOISTURE PROTECTION NAVFAC MIDLANT, FWD PORTSMOUTH (REV. G, 14 JUN 16) DATE: 18 Oct 16 IGREAKDOWN OF DIRECT 60318 NO: LABOR Unit Cos! [Wr?m Total Cost QTY UM Cu: Tom Coal WORK FOR TOIBICOII 2. SOUND GATT INSILATKJN 2132 SF 81.32134 $1,854.84 33.17658 REM ROOF LENS (I rods! 81 2 hour!) 10 EA $100.00 SLMOO $150.10 $1,501.00 $2,501.00 35 DIRECT $2,121.84 53.15514 55.67758 Page 7 of a 10/19/2016 Intent to Fund Contract No. lMod. TBD Title: STORM DAMAGE- REPAIR FLOOD DAMAGE BLDG 491, NNSY NON-CIA, CAC-7lzs FY17 Funds Reserved: $1 ,678,937.00 1. FY17 ST funding will be reserved in the amount listed above for subject work. 2. The ITF is issued in anticipation of the enactment of the 7 DOD Appropriation Act and is subject to its provisions. 3. Upon completion of negotiations, providnd myself a copy of this HF and the ?nal negotiated amount. The AREF 0 cc w: process your funding request !usta1nment !ontroller for direct cite. Code