1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 19 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) 0003 02-Nov-2020 6. ISSUED BY CODE N62478 7. ADMINISTERED BY (If other than item 6) CODE

NAVFAC HAWAII SERVICES ACQUISITION DIVISION (PRJ233) See Item 6 400 MARSHALL ROAD JBPHH HI 96860-3139

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. X N6247820R2487 X 9B. DATED (SEE ITEM 11) 28-Sep-2020 10A. MOD. OF CONTRACT/ORDER NO.

10B. DATED (SEE ITEM 13) CODE FACILIT Y 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. IMPORT ANT : 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.)

FA CILITY MA INTENA NCE A ND REPA IR SERV ICES, V A RIOUS LOCA TIONS, OA HU, HA WA II

The revised due date for proposals is November 11, 2020, 2:00 PM, HST.

Offerors shall submit Offeror Pricing Schedules (Amendment No. 0003).

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. CONT RACT OR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY 02-Nov-2020 (Signature of person authorized to sign) (Signature of Contracting Officer) EXCEPTION TO SF 30 30-105-04 STANDARD FORM 30 (Rev. 10-83) APPROVED BY OIRM 11-84 Prescribed by GSA FAR (48 CFR) 53.243 N6247820R2487 0003 Page 2 of 9

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

The following items are applicable to this modification: SUMMARY OF CHANGES (REVISED) SUMMARY OF CHANGES

SECTION SF 1449 - CONTINUATION SHEET

The following have been added by reference:

252.225-7018 (Dev) Photovoltaic Devices - Certificate (DEVIATION 2020- JUL 2020 O0019)

The following have been modified: INSTRUCTIONS

CONTRACTOR INFORMATION

CONTRACTOR NAME:

PHONE NUMBER:

FACSIMILE NUMBER:

EMAIL ADDRESS:

DUNS NO.:

CAGE CODE:

======

DELIVERY REQUIREMENTS a. The offeror shall submit its proposal by one of the following methods:

(1) Mail. Submit the proposal to the addresses listed below:

NAVFAC HAWAII SERVICES ACQUISITION DIVISION (PRJ233) 400 MARSHALL ROAD JBPHH, HI 96860-3139

(i) Submit the proposal in sealed envelopes or packages, indicating the date and time specified for receipt, the solicitation number, and the name and address of the Offeror.

N6247820R2487 0003 Page 3 of 9

(ii) The Government recommends that the offeror send its proposal via the U. S. Postal Service. If security levels are heightened, other carriers may not be allowed on base for delivery to the address specified above.

(2) Hand Deliver/Courier Service. Hand deliver the proposal to Building A-12 of the Naval Facilities Engineering Command (NAVFAC) Hawaii Compound. Upon arrival, the offeror or courier shall notify Government personnel that it requests to drop off a proposal and shall present photo identification for verification. b. If security levels are heightened, the Government will notify offerors of the revised submittal procedures.

SUBMITTAL REQUIREMENTS a. General submittal requirements. Submit the price and non-price proposals as indicated below:

(1) One non-rewritable compact diskette (CD) containing:

(a) The complete price and non-price proposals, separated into two folders, entitled “Price Proposal” and “Non-price Proposal.” The non-price proposal shall not contain any cost/pricing information.

(b) Attachments 0200000-09 through 0200000-13, using the “Offeror Pricing Schedules” Microsoft Office Excel (excel) file. Do not convert the excel file to an Adobe Acrobat file. Offerors shall not use their own forms or alter the excel file document. Submit as an excel file, completing the excel file as follows.

(1) Complete only the last columns on the excel file entitled, “OFFEROR PROPOSED UNIT PRICE.” Limit unit prices to two decimal places. The “Unit Price” column will fill in automatically and will round to two decimal places. The “Total” column will fill in automatically, rounded to two decimal places, by multiplying the quantity by the unit price.

(2) Price Schedule tab. The Amounts for each Contract Line Item No. will be filled in automatically from Attachments 0200000-09 through 0200000-13.

(2) One hard copy.

(a) Standard Form 1449 with an original signature.

(b) Copy of the complete price and non-price proposals, printed from the CD. The non-price proposal and the price proposal shall be submitted in separate volumes. The Government will use the hard copy only if the CD is corrupt or unreadable. The electronic copy will govern. b. Price Proposal. The price proposal shall include the following:

(1) Solicitation Submittal Requirements:

(a) Standard Form 1449;

(1) Ensure Blocks 17a and b and Blocks 30a through c of the SF1449 are completed as follows:

(a) Individuals doing business as a firm - Signed by that individual, and the signature shall be followed by the individual's typed, stamped, or printed name and the words, "an individual doing business as ______" [insert name of firm].

(b) Partnerships - Signed in the partnership name.

N6247820R2487 0003 Page 4 of 9

(c) Corporations - Signed in the corporate name, followed by the word "by" and the signature and title of the person authorized to sign.

(d) Joint Ventures - Signed by each participant in the joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of participant.

(e) Limited Liability Corporation (LLC) – Signed in the LLC name, followed by the word “by” and the signature of the member authorized to sign.

(2) If the Offeror delegates this authority to an individual or position, the Offeror must submit a Delegation of Authority letter signed by someone authorized to delegate, along with a corporate statement (e.g., by-laws, corporate resolution) showing that the delegator is authorized to delegate this authority to the person signing the form.

(b) Acknowledgment of all amendments issued for this RFP;

(c) Attachments 0200000-09 through 0200000-13;

(d) Contractor Information;

(e) FAR 52.204-17, 52.204-20, 52.204-24, 52.204-26, 52.209-2, 52.209-5, 52.209-7, 52.209- 11, 52.212-3, 52.222-22, and DFARS 52.222-25, 52.223-22, 252.204-7016, 252.204-7017, 252.225-7018, 252.247- 7022. Also complete the annual representations and certifications electronically via the sam.gov website at https://www.sam.gov. Ensure you also complete the DFARS provisions;

(f) Evidence that the Department of Labor has received and processed the Offeror’s current VETS-4212 Report, entitled “Federal Contractor Veterans’ Employment Report (VETS-4212 Report),” as required by FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. Provide a copy of the email confirmation of receipt notification. (If not applicable, provide statement that Offeror has not had contracts subject to this requirement.);

(g) CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate);

(h) Joint Venture Agreement (if submitting proposal as a joint venture). (NOTE: Joint Venture Agreements must be approved by SBA);

(i) Documentation from the Small Business Administration (SBA) servicing office that your firm is a qualified 8(a) small business concern;

(j) Most current balance sheet for a full year, which provides evidence of working capital sufficient to cover two months of the Recurring Work amount for Contract Line Item No. 0001. Lines of credit may also be submitted. Balance sheets for subcontractors will not be considered; and

(k) Confirmation that firm will comply with the subcontracting limitations under FAR 52.219-14, Limitations on Subcontracting (Deviation), if awarded the contract. c. Non-price Proposal. The non-price proposal shall include the following:

(1) Factor 1, Corporate Experience

(a) Solicitation Submittal Requirements:

(1) The offeror shall provide a minimum of one (1) relevant project to be documented only on Attachment 1, Corporate Experience Project Data Sheet. Offerors shall not submit any

N6247820R2487 0003 Page 5 of 9 information under Factor 1 unless submitted on Attachment 1. The offeror shall clearly demonstrate recent, relevant experience as a prime contractor and/or subcontractor on projects similar in size, scope, and complexity to the requirements described in the Performance Work Statement (PWS) of the RFP. . This requirement may be met by either standalone contracts which meet all the requirements listed below or multiple contracts which meet all the requirements listed below and were on-going concurrently.

(2) Relevant projects must demonstrate ALL of the following:

(a) The capability to perform services similar in size, scope and complexity to those described in the performance work statement/specifications of the RFP,

(b) a contract value of $600,000 per year or greater; and,

(c) shall be: 1) ongoing with at least 12 months of contract performance completed by the date of solicitation issuance, OR 2) shall have been completed within the last seven (7) years preceding the date of the solicitation issuance.

(3) The offeror’s submitted projects must aggregately demonstrate experience self- performing or managing ALL of the following:

(a) Maintenance of High Altitude Electromagnetic Pulse (HEMP) hardened shelters – Projects valued at $100,000 or more per year.

(b) Maintenance of Photovoltaic and Solar Hot Water Systems – Projects valued at $100,000 or more per year.

(c) Maintenance of Water Systems (swimming pool, water fountains, and other similar type water systems) – Projects valued at $50,000 or more per year.

(4) If the offeror is a Joint Venture (JV), recent/relevant experience should be submitted for projects completed by the JV entity. If the JV does not have such experience, recent/relevant experience should be submitted for each JV partner (except for offerors covered by Mentor-Protégé Agreements approved by the Small Business Administration).

(5) If a project was performed by a JV, and not all partners from the prior JV are proposing on this solicitation, the Offeror shall clearly demonstrate what portion of the work on the submitted project was performed by the JV partner offering on this solicitation. If the Offeror does not specifically address what portion of the work under the submitted project was performed by the JV partner offering on this contract, the project will not be considered relevant.

(6) An offeror may rely on the prime contractor experience of corporate affiliates (e.g., subsidiaries, sister companies, predecessor companies, and parent companies) and subcontractors to demonstrate experience, provided the offeror submits the following:

(a) A one-page narrative clearly demonstrating that the corporate affiliates/subcontractors will have meaningful participation in the project by identifying the personnel or resources from the corporate affiliates/subcontractors that will be dedicated to the project,

(b) an organization chart that demonstrates the corporate relationship of the affiliates/subcontractors; and,

(c) teaming agreement / Letter of commitment

N6247820R2487 0003 Page 6 of 9

(7) For each project, the offeror shall complete Attachment 1, “Corporate Experience Project Data Sheet.” All information shall be provided as requested on the form. Attachment 1 may be expanded and is not limited to the two (2) pages provided with the solicitation.

(8) The Government will consider Project Manager and Quality Manager experience (using Attachment 2, “Key Personnel Experience List,”) if its evaluation of the Corporate Experience List does not result in an Acceptable rating for Corporate Experience. The Offeror may:

(a) Submit Attachment 2, “Key Personnel Experience List.” Include your Project Manager’s and Quality Manager’s management experience for projects which meet relevant requirements in paragraph e.(1)(a)( (2) above.

(b) The Project Manager and Quality Manager shall each have at least three (3) years of relevant management experience.

(c) The Offeror must submit Attachment 2, “Key Personnel Experience List,” for both the Project Manager and Quality Manager. If you submit the list for only one position, the list for that position will not be considered.

(2) Factor 2, Safety

(a) Solicitation Submittal Requirements: The Offeror shall submit the following information using Attachment 3: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR, DART and TRC Rates shall not be submitted for subcontractors.)

(1) Experience Modification Rate (EMR): Include three previous complete calendar years’ worth of data (January 2017-December 2019). This rate compares company’s annual losses in insurance claims against its policy premiums. The Offeror shall submit an insurance company-provided equivalent rate if no EMR exists. If the Offeror has no EMR or equivalent rate for any year, the Offeror must affirmatively state so and provide an explanation. Any extenuating circumstances that affect the EMR and negative trends must be addressed as part of the factor submission.

(2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate and Total Recordable Case (TRC) Rate: Submit three previous complete calendar years’ worth of data (January 2017-December 2019). If an Offeror cannot submit an OSHA DART and TRC rates, for any year, the Offeror must affirmatively state so and provide an explanation. Any extenuating circumstances that affected the OSHA DART, and TRC rate data negatively must be addressed as part of this factor submission.

(3) Technical Approach for Safety: Describe the plan for safety that will be implemented to evaluate safety performance of potential subcontractors as part of the selection process for all levels of subcontractors. The Offeror shall submit a narrative that fully describes the safety management system that they will use to oversee the safety compliance and performance of self-performed and subcontractor performed work. The Offeror shall describe any innovative methods that will be employed to ensure and monitor safe work practices at self-performed and/or all subcontractor levels. Additionally, the contractor shall describe their methodology to execute an effective program that facilitates sound mishap prevention techniques and processes, employee reporting of unsafe conditions, unsafe activities, and near-miss mishaps. The technical approach to safety narrative shall be limited to two pages.

(3) Factor 3, Past Performance

(a) Solicitation Submittal Requirements:

(1) Solicitation Submittal Requirements: IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE IS NOT A

N6247820R2487 0003 Page 7 of 9

COMPLETED CPARS EVALUATION, the Offeror shall submit the Past Performance Questionnaire (PPQ) included in the solicitation for each project the Offeror includes in its proposal for Factor 1, Corporate Experience). AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE.

(2) IF A CPARS EVALUATION IS NOT AVAILABLE, the Offeror shall ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the Offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the Offeror shall complete and submit with the proposal the first page of the PPQ (Attachment 4), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Ms. S. Sekiguchi, via email at [email protected] prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.

(3) Offerors may also include performance recognition documents such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition if they were received within the last seven years prior to the issuance date of this solicitation.

(4) In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the Offeror’s proposal, inquiries of owner representative(s), and any other known sources not provided by the Offeror.

(5) While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. d. The non-price proposal presented by the Offeror to whom the award is made will be incorporated into the contract at time of award. e. Offers are solicited on an “all or none” basis. Failure to submit offers for all line items listed shall be cause for rejection of the offer. The initial award will include only Contract Line Items 0001, 0002, and 9000. f. Each Offeror shall address and submit, as a minimum, ALL items required by the paragraphs above. Failure to include a portion of any required item may render the proposal ineligible for award.

52.216-18 ORDERING. (AUG 2020)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from commencement of the contract through the completion or termination date of the contract.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) A delivery order or task order is considered "issued" when--

(1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail;

N6247820R2487 0003 Page 8 of 9

(2) If sent by fax, the Government transmits the order to the Contractor's fax number; or

(3) If sent electronically, the Government either--

(i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or

(ii) Distributes the delivery order or task order via email to the Contractor's email address.

(d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract.

(End of clause)

Annex 1502000 – Replace Pages 1 – 40 (Amendment No. 0002) with the attached Pages 1 - 42 (Amendment No. 0003).

Attachment 0200000-02 – Replace Page 22 (Amendment No. 0001) with the attached Page 22 (Amendment No. 0003).

Attachment 0200000-09 - Replace Pages 1 – 20 (Amendment No. 0001) with the attached Pages 1 - 20 (Amendment No. 0003).

Attachment 0200000-10 - Replace Pages 1 – 20 (Amendment No. 0001) with the attached Pages 1 - 20 (Amendment No. 0003).

Attachment 0200000-11 - Replace Pages 1 – 20 (Amendment No. 0001) with the attached Pages 1 - 20 (Amendment No. 0003).

Attachment 0200000-12 - Replace Pages 1 – 20 (Amendment No. 0001) with the attached Pages 1 - 20 (Amendment No. 0003).

Attachment 0200000-13 - Replace Pages 1 – 20 (Amendment No. 0001) with the attached Pages 1 - 20 (Amendment No. 0003).

Attachment 1502000-06 – Replace Page 1 with the attached Page 1 (Amendment No. 0003).

Attachment 1502000-10 – Replace Pages 1 – 4 with the attached Pages 1 - 4 (Amendment No. 0003).

Attachment 1502000-11 – Replace Page 1 (Amendment No. 0002). with the attached Page 1 (Amendment No. 0003).

Attachment 1502000-12 – Replace Page 1 with the attached Page 1 (Amendment No. 0003).

Attachment 1502000-13 – Replace Page 1 with the attached Page 1 (Amendment No. 0003).

(End of Summary of Changes)

N6247820R2487 0003 Page 9 of 9

1502000 – Facility Investment Spec Item Title 1 General Information 1.1 Concept of Operations 2 Management and Administration 2.1 Definitions and Acronyms 2.2 Personnel 2.2.1 Certification, Training, and Licensing 2.3 Special Requirements 2.3.1 Workmanship and Material Standards 2.3.1.1 Quality of Services and Materials 2.3.1.2 Personnel and Equipment 2.3.1.3 Fall Protection 2.3.1.4 Shutdown of Systems Equipment 2.3.2 Historical Preservation 2.4 References and Technical Documents 2.5 Records and Reports 2.5.1 Facility Historical Records 2.5.2 Trouble/Service Call Records 2.5.3 On-Site Service Logbook 2.5.4 Deficiency Report 2.6 Preventive Maintenance (PM) and Operational Services Plan 2.7 Customer Notification for Performance of On-Site Work 3 Recurring Work 3.1 Service Orders 3.1.1 Emergency Service Orders 3.1.2 Urgent Service Orders 3.1.3 Routine Service Orders 3.2 Filter Maintenance Services at Abrasive Blast Paint Facilities (Buildings 1701, 1703 & 1704), PHNSY, Oahu, Hawaii 3.2.1 Filter Maintenance Scheduled Servicing 3.2.1.1 Facility Ventilation Intake and Exhaust Filters and Dust Collector Filter Cartridges 3.2.1.2 Job Site Clean-Up 3.2.2 Annual Servicing- Facility Ventilation Intake and Exhaust Filters, and Dust Collector Filter Cartridges 3.2.3 Semi-annual Servicing – Facility Exhaust Filters at Building 1701 and Building 1703 Only 3.3 Water Systems Maintenance 3.3.1 Water Systems Preventive Maintenance (PM) and Operational Services Program 3.3.2 Solar Hot Water Systems 3.3.2.1 Solar Hot Water Systems, Testing, Inspection, and Cleaning 3.3.2.2 Solar Hot Water Systems, Maintenance and Repair 3.4 HEMP Shelter Maintenance 3.4.1 HEMP Shelter Triannual Refurbishment (removal and replacement) requirements 3.4.2 HEMP Shelter Triannual service/inspection 3.4.3 HEMP Shelter Mechanical Corrosion Control Services 3.4.4 HEMP Shelter Performance, Systematic Hardness Surveillance (HS) 3.4.5 HEMP Shelter Reports 3.4.6 HEMP Shelter Record Keeping 3.4.7 HEMP Shelter Schedule 3.5 Radon Mitigation Systems 3.6 High Security Revolving Doors 3.6.1 High Security Circle Lock Doors 3.7 Photovoltaic Systems 3.7.1 Photovoltaic Systems, Testing, Inspection, and Cleaning 3.7.2 Photovoltaic Systems, Maintenance and Repair 3.8 Reverse Osmosis Systems 14-20-2487 1502000, Page 1 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title 4 Non-recurring Work 4.1 Filter Maintenance 4.1.1 Unit Priced Labor Work 4.1.2 Equipment, Parts and Materials 4.1.3 One-Time –Facility Ventilation Intake and Exhaust Filters and Dust Collector Filter Cartridges. Service Equal to One Regularly Scheduled Recurring Work Maintenance Visit. 4.2 Emergency Service for Security Containers & Vaults 4.2.1 Emergency Trouble Calls for Standard Services 4.2.2 Service Trouble Calls for Security Containers & Vaults 4.2.3 Service Trouble Calls for Standard Services 4.2.4 Unit Priced Labor Work (Negotiated) 4.2.5 Key Duplication (Negotiated) 4.2.6 Parts & Materials (Negotiated) 4.3 Unit Priced Labor Work – Water Storage Tank Inspections 4.3.1 Equipment, Parts and Materials – Water Storage Tanks

14-20-2487 1502000, Page 2 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description 1 General The Contractor shall provide all labor, management, Information supervision, tools, material and equipment required to perform Facility Investment services in this multi-function Performance Work Statement (PWS) at various locations on Oahu, Hawaii by means of a combination firm fixed-price and/or an indefinite quantity contract. 1.1 Concept of The intent of 1502000 Facility Investment is to specify the Operations requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order.

The Contractor shall provide all components, materials and parts, equipment, including any required personal protective equipment; labor; management; supervision; technical expertise; tools; and transportation necessary to perform the maintenance and service requirements of this contract.

The work includes, but is not limited to the following:

Building and Structures  Memorial Fountain (water feature)  HEMP Shelters  Water Storage Tanks

Building Systems  Facility Ventilation Intake  Exhaust Filters  Dust Collector Filter Cartridges  Various Swimming Pools  Training Facilities  Radon Mitigation Systems  High Security Revolving Doors  Circle Interlocking Doors  Reverse Osmosis Systems  Photovoltaic (PV) Systems  Solar Hot Water Systems

High Altitude Electromagnetic Pulse (HEMP) Shelters  Hardness Critical Assemblies (HCA’s)

Locksmith Facility Investment Services  Repair/Installation of locks, locking hardware, and locking devices  Neutralization of locks, locking hardware, and locking devices  Key duplication  Pinning cylinders Keyed Different (KD), Keyed Alike (KA), and Mastered Keyed (MK) systems  Combinating and re-combinating locks

14-20-2487 1502000, Page 3 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description

ADDITIONAL INFORMATION: FILTERS: Part of the work in this PWS includes, but is not limited to scheduled filter servicing for the facility’s abrasive blast and paint booths. The abrasive blast dust collector filters, supporting Building 1704 in the PHNSY shall be assumed to contain lead, cadmium, chromic acid/chromates and arsenic with the potential to expose personnel to exposure levels above the Action Level (AL) and Permissible Exposure Limit (PEL), since the blasting media used in the facility contains these metal contaminants. Testing of the materials will give a representative example based on the current hazard conditions; however, if different materials are deposited by the customer usage tomorrow, it may not show up in a test done today. The Contractor shall perform to protect against the worst case scenario and may opt to test for hazards each time work is accomplished.

LOCKSMITH: Includes but is not limited to repair and installation of mechanical, electrical, and electronic locksets and other types of locking devices (including General Services Administration (GSA) approved security containers); key duplication; neutralization of locked cabinets, doors, safes, and security containers (including GSA approved containers) and other locked items; keying alike locksets; master keying lock systems; changing combinations; and incidental work as may be related to locksmith services as described herein. This work is strictly Non-recurring Work.

WATER STORAGE TANKS: Contractor shall provide all materials, labor, and equipment to perform modified API-653 in- service (not empty) inspection of both tanks in accordance with AWWA M42 standards to include but not be limited to visual inspections, hammer testing, magnetic flux leakage examination (MFE), and ultrasonic thickness testing of tanks S-1 and S-2, including the roofing, side walls and outer chine (perimeter of the floor bottom, sticking out of the walls). Special lifting devices are not required as only ultrasonic readings will be taken in the lower portion of the tank walls. Cleaning of tanks for inspection is not required. Roof hatches may be opened to view from the top. Contractor’s Inspector must be API-653 certified for at least 10 years. API-653 certified inspector must have at least 10 years of experience inspecting 1 MG or larger steel welded potable water tanks. Within 14 calendar days after award, the Contractor shall designate and submit to the Contracting Officer a copy of their API-653 Inspector certificate; documents to support at least 10 years’ experience as an API-653 Inspector; documents to support at least 10 years’ experience inspecting 1 MG or larger steel welded potable water tanks; and certifications of other professionals with the ability to perform a modified API-653 in- service (not empty) tank inspection in accordance with AWWA M42 standards.

14-20-2487 1502000, Page 4 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description 2 Management and Administration 2.1 Definitions and Definitions and Acronyms are listed in 0200000-01. Acronyms. 2.2 Personnel The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations within the Facility Investment function. 2.2.1 Certification, All maintenance and repair shall be performed by personnel Training, and trained and certified by the OEM. Personnel working with Licensing or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200. Personnel performing work on transformers must be knowledgeable of proper procedures for handling and disposing of insulating fluid containing polychlorinated biphenyls (PCBs). Personnel performing work and obtaining test data on the cathodic protection system must be trained per UFC 3-570-06. Personnel working on systems, equipment or components containing chlorofluorocarbons (CFCs) and/or hydro- chlorofluorocarbons (HCFCs) must be certified under an Environmental Protection Agency (EPA) approved technical certification program per OPNAVINST 5090.1 Chapter 6. Personnel inspecting, certifying, and making recommendations for corrective action for backflow preventers shall be certified per UG-2029-ENV.

All maintenance trade personnel certifying or inspecting repair or maintenance work that does not require an inspector certified by a governing directive shall be qualified at the journeyman level.

The Contractor shall submit proof of all certification, training, and licensing requirements per Attachment 0200000-02. 2.3 Special Requirements 2.3.1 Workmanship and The Contractor shall be responsible for maintaining all facilities, Material Standards systems, and equipment, identified in this technical sub-annex, to a standard that prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the facilities, systems, and equipment. Best commercial practices shall be applied in the performance of work. All work shall be completed per approved and accepted industry and equipment manufacturers’ standards and shall comply with building and safety codes, applicable activity, Local, State, and Federal regulations, and other technical requirements identified within this technical sub-annex.

Workmanship for maintenance and repair shall include all work necessary to complete facility and system restoration, including touch-up painting and operational checks. Upon completion of work, the Contractor shall ensure all facilities, systems, and equipment are free of missing components or defects which would affect the safety, appearance, or habitability of the facilities and structures or would prevent any electrical, mechanical, plumbing or structural system from functioning in

14-20-2487 1502000, Page 5 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description accordance with design intent. Repairs shall be made in accordance with the manufacturers’ specifications and guidelines, and standard building codes. The quality of repairs shall meet the applicable standards and shall prevent any malfunction reoccurrences caused by poor workmanship or other contractor inadequacies. The quality of the repaired areas shall be fully compatible with adjacent surfaces or equipment. Except where otherwise specified, replacements shall match existing in dimensions, finish, color, design, and functionality and shall have an appearance similar to the original finished appearance with only minor unobjectionable deterioration resulting from normal use.

The Contractor shall not allow debris to spread unnecessarily into adjacent areas nor accumulate in the work area. All such debris, excess material, and parts shall be cleaned up and removed at the completion of the job and at the end of each day work is in progress. Upon completion of work, any stains and other unsightly marks shall be removed. 2.3.1.1 Quality of The quality of services and materials shall meet the Services and requirements and standards as specified in this contract and as Materials listed below. Where there may be a conflict among codes, practices, etc., the most stringent requirement shall apply:

 Federal, State, and Local laws and regulations, current at the time work is performed;  Commercial and Industry codes, and standards; and  Written manufacturers’ instructions. 2.3.1.2 Personnel and Contractor personnel and equipment shall comply with the most Equipment current edition, at the time work is performed, of the U.S. Army Corps of Engineers EM 385-1-1, “Safety and Health Requirements Manual”. Personnel shall be trained in the requirements of 29 CFR 1910, “Occupational Safety and Health Standards”; 29 CFR 1925, “Occupational Safety and Health Standards for Federal Service Contracts”; 29 CFR 1926, “Occupational Safety and Health Regulations for Construction”; Hawaii Revised Statues (HRS), Chapter 396, “Hawaii Occupational Safety and Health (HIOSH)” and other applicable safety requirements found in the applicable Federal, State and Local laws and regulations. Use appropriate equipment to ensure the safe handling and disposition of wastes. Use all equipment in a manner consistent with its intended purpose. Equipment shall be safe to operate, in sound condition, and well maintained. Hauling equipment shall not spill or leak while transporting wastes. 2.3.1.3 Fall Protection Working from a ladder at heights greater than 6 feet may be allowed if no other feasible alternatives exist. Follow the hierarchy and prohibitions in selecting appropriate work platforms stated in EM 385-1-1. When using a ladder, comply with all ladder requirements stated in EM 385-1-1 and the approved Safety Plan. Ensure the worker's center of gravity always remain within the ladder's rails.

14-20-2487 1502000, Page 6 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description 2.3.1.4 Shutdown of Systems Except in emergencies, work that requires the shutdown of Equipment equipment for over thirty minutes during normal work hours requires the Contractor to obtain prior approval from the Contracting Officer. 2.3.2 Historical Buildings and facilities designated as historical sites shall be Preservation maintained in accordance with Federal, State and Local historical policies and regulations. 2.4 References and References and Technical Documents are listed in Attachment Technical Documents 0200000-04 2.5 Records and Reports Records and reports are specified in Attachment 0200000-02 and listed as Deliverables in Attachment 0200000-02. The Contractor shall submit accurate and complete documents within the specified timeframes. The Contractor shall revise/modify records and reports, as directed by the KO, at no additional cost to the Government.

Except where otherwise specified, all deliverables shall be submitted electronically in a Microsoft Office Version 2010 compatible format. Deliverables shall be unprotected and capable of being sorted by CLIN, work order number, asset number, annex/sub-annex, spec item and ELIN/Sub-ELIN or clause. All formulas shall be traceable.

Government acceptance of deliverables shall not relieve the Contractor of the responsibility for any error or omission which may exist in the deliverable, as the Contractor is responsible for all requirements of this contract. 2.5.1 Facility The Contractor shall provide and maintain a cumulative record of Historical services, repairs, and modifications performed for each facility Records serviced (i.e. swimming pool, wading pool, fountain, HEMP Facilities, Water Storage Tanks, etc.). The record(s) shall include, but will not be not limited to:  Date of work performance  Name of person and company performing work  Location (Base Name)  Building Number  Description of work  Manufacturer(s)  Model Number(s)  Serial Number(s)  Capacity (Capacities, HP, Flow)  Manufacturers’ instructions (for equipment currently on site, provide 1 time only)  Specifications (for equipment currently on site, provide 1 time only) and  Warranties. (for equipment currently on site, provide 1 time only)  For new installations, include install date

The facility historical record shall remain the property of the Government.

Submit copies to the KO in accordance with Attachment 0200000-02. Upon KO’s request the Facility Historical Records shall be made available to the Government for inspection and review, within one working day of Government request.

14-20-2487 1502000, Page 7 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description 2.5.2 Trouble/Service Call The Contractor shall maintain a record of all trouble/service call Records requests received. The record(s) shall include, but will not be not limited to:  Record request number  Date and time request received  Person receiving the request  Location  Building Number  Description of services required

Record all information immediately as it is received or made available. Submit copies to the KO in accordance with Attachment 0200000-02. Upon KO’s request the Trouble Call Records shall be made available to the Government for inspection and review, within one working day of Government request. 2.5.3. On-Site Service The “On-Site Service Logbook” is a separate requirement from Logbook the “Facility Historical Records.” The Contractor shall provide a Service Logbook, which is hard covered and bound (loose leaf binders are not acceptable), and a wall mounted book tray for each facility. The tray shall be used for the storage of the logbook. The following shall be considered in the placement and storage of the On-Site Service Logbook:  Physical location of the Logbook be consistent from location to location (ie: next to door, to the right of or to the left of the unit disconnect, on wall facing door upon entry, etc.)  Mount the tray in a location approved by the activity manager in charge of the area  Ensure location is in a dry, easily accessible area of the pump/equipment room.

The Service Logbook shall be of a size capable of recording 12 months of data, recorded in a legible manner. Log all data at the time of service. Use a non-fading, non-smearing, non-bleeding writing device to record all data. The Logbook(s) data shall include, but will not be not limited to:  The date and time of service (record both time started and time completed)  The name of the person performing the preventive maintenance and operational service  Equipment readings (e.g.: pressure reading before and after filtration back wash, discharge rates.) and  Brief statements of services performed.

Service logbooks shall remain at the facility at all times. At the completion or termination of this contract, the logbooks shall remain the property of the Government.

14-20-2487 1502000, Page 8 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Item Title Description 2.5.4 Deficiency In accordance with Attachment 0200000-02, the Contractor Report shall submit a deficiency report to the KO for all deficiencies which are not repaired or corrected during the preventive maintenance visit or trouble call in which the deficiency is first discovered, or repair work, which is not completed within the specified completion period. Submit deficiency report within two working days of discovering the deficiency. The report shall include, but will not be not limited to:  Date deficiency discovered  Sufficient detail of work required and  Reason for the delay in completion.

When applicable, provide the following information when the deficiency cannot be corrected under the limits of the firm fixed price portion of the contract:  Estimated labor hours required to correct the deficiency  Direct cost of parts and material required and  Estimated time of completion.  For parts and materials, provide the source name and phone number of the point of contract at the source. 2.6 Preventive In accordance with Attachment 0200000-02, the Contractor shall Maintenance submit a PM and Operational Services Plan and Work Schedule that describes when, what, and how PM and Operational Services (PM) and will be performed. The Plan and work schedule shall be submitted Operational to the KO within 15 calendar days after the contract award date. Services Plan Submit a PM and Operational Services Plan and Work Schedule to the KO for approval within 15 calendar days after the Government’s notice of exercising an option.

On-site work will not be permitted until the KO accepts the Plan. The Contractor shall perform revisions to the Plan until the KO accepts the Contractor’s Plan.

The Plan shall describe the Contractor’s overall approach to PM (program) and Operational Services and include a viable plan and schedule for each facility included in this contract. The plan and schedule shall cover the 12-month contract period. Indicate in the schedule:  Dates and times of specific tasks to be performed (intervals).

Ensure that services are scheduled at dates and times that are acceptable to each of the facility managers. The Contractor services shall not cause disruptions to facility operations.

Once the Government accepts the Plan and Work Schedule, the Contractor shall not deviate from the dates and times stated. The Contractor shall not reduce service, frequencies or standards stated in the Government accepted Plan and Work Schedule unless the Plan and Work Schedule is amended and the changes are accepted by the KO. 2.7 Customer The Contractor shall notify the customer’s representative prior Notification for to performing on-site work (e.g., preventive maintenance, Performance of On- trouble calls, Non-recurring work). The Contractor shall provide Site Work status of work to the customer’s representative and PAR or COR prior to leaving the job site.

14-20-2487 1502000, Page 9 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item 3 Recurring Work The Contractor shall The Contractor shall develop, Facility equipment are in maintain, repair, schedule implement and execute a normal working condition for and perform scheduled scheduled maintenance and repair and function properly in maintenance services, and services plan and work schedule. accordance with complete required records specified standards. and reports on facility The Contractor shall maintain all equipment to ensure they maintenance and repair data and are fully functional and in warranty records in the technical normal working condition. library.

The Contractor shall provide all necessary test instruments, equipment and tools required to perform maintenance and repair.

The Contractor shall submit Maintenance Summary Reports per Attachment 0200000-02.

Nonrecurring work may be issued for work requiring repair (by means of renewing parts), or total hardware renewal or expendable parts renewal.

Maps are provided in 1502000- 03. 3.1 Service Orders The Contractor shall The Contractor shall receive Service order work is perform service order work service orders in accordance with responded to and in a timely manner and the work reception requirements completed within the ensure facilities, equipment, in Annex 2. specified time. and systems are restored to a safe, normal working The Contractor shall schedule and Facilities, equipment, condition and function perform service orders in a way and systems are restored properly. that minimizes disruptions to to normal working customers and Government condition, including The Contractor shall operations. recertification if recertify facilities and applicable. equipment upon completion Service orders are not limited to of repairs if work performed on existing When repair is complete certification/recertification facilities, structures and the facilities, equipment, is required by code, equipment identified in the and systems does not standard, or regulation. respective attachments or spec present danger to items for each Annex. Additional personnel or equipment. facilities, structures and equipment added during the course of the contract will become part of the service order program at no additional cost to the Government Descriptions of the classifications of service orders (emergency, urgent, and routine) are provided 14-20-2487 1502000, Page 10 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item in the Definitions and Acronyms in Attachment 0200000-01. These descriptions are provided for reference and the Contractor shall perform service orders per the requirements below based on the classification assigned by the Government.

The Government may combine multiple repair requirements received for the same trade in the same building or structure at the same time into one service order as long as the service order threshold is not exceeded.

The Contractor shall notify the KO upon identification that the service order will exceed the liability limits specified below in accordance with reporting requirements in Attachment 0200000-02.

If Non-recurring work is issued for repairs, the Government will only pay for the portion of labor and/or material that exceeds the service order limits.

Service orders will not be issued for accomplishment of repairs on systems and equipment maintained under IMP.

The Contractor shall submit a monthly summary of completed service orders per Attachment 0200000-02. 3.1.1 Emergency The Contractor shall The Contractor shall perform Emergency service Service Orders respond to emergency emergency service orders 24 orders responded to service orders and arrest hours a day, seven days a week within one hour of emergent conditions to throughout the contract period. receipt of call. minimize and mitigate damage to facilities, The Contractor shall respond to Emergency service equipment, systems, and emergency service orders with the orders are arrested danger to personnel. appropriate service personnel and within 24 hours of equipment to commence work receipt of call. immediately Work is continued Unless otherwise stated, without interruption until Emergency service orders are 14-20-2487 1502000, Page 11 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item limited to a ceiling of 32 labor emergent condition is hours and $2,500 in material cost. arrested.

The Contractor shall remain at the work site until the emergency has been arrested.

The emergency service order is complete once the emergency has been arrested. The Government may issue an urgent or routine service order or non-recurring work task order for the follow-on work required to repair/restore the facility, ground structure, personal property equipment or installed equipment and system. 3.1.2 Urgent Service The Contractor shall The Contractor shall perform Urgent service orders are Orders complete urgent service urgent service orders to repair completed within five orders in a timely manner deficiencies without extended working days. and ensure facilities, delay, therefore preventing equipment, and systems are further damage to facilities, restored to a safe, normal equipment, and systems. working condition and function properly. Unless otherwise stated, Urgent service orders are limited to a ceiling of 32 labor hours and $2,500 in material cost. 3.1.3 Routine Service The Contractor shall The Contractor shall perform Routine service orders Orders complete routine service routine service orders to repair are completed within 30 orders in a timely manner deficiencies and return facilities, calendar days. and ensure facilities, equipment, and systems to normal equipment, and systems are working condition. restored to a safe, normal working condition and Unless otherwise stated, Routine function properly. service orders are limited to a ceiling of 32 labor hours and $2,500 in material cost.

Performance of routine service orders is not required outside of Government regular working hours. 3.2 Filter Maintenance Services at Abrasive Blast Paint Facilities (Buildings 1701, 1703 & 1704), PHNSY, Oahu, Hawaii

14-20-2487 1502000, Page 12 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item 3.2.1 Filter The Contractor shall Refer to Attachment 1502000-02, Maintenance is Maintenance develop and implement a TABLE OF VENTILATION accomplished in Scheduled scheduled service AND DUST COLLECTOR accordance with the Servicing maintenance program which FILTERS, for more information Contractor’s shall include a scheduled on the items to be serviced. maintenance program service plan for the plan and work schedule. In accordance with Attachment servicing of the facility’s Scheduled service (as 0200000-02, The Contractor shall stated in the Contractor’s ventilation intake, exhaust, develop and submit a scheduled and dust collector filters. Scheduled Maintenance filter maintenance program plan Services Plan) and scheduled filter maintenance Start performance of the performed and service report. completed within the first scheduled service times stated in the Plan. within the first two months The filter scheduled filter of the contract period. maintenance service report shall include: Maintenance is  Date performed in accordance  Location with manufacturers’  Building Number recommended  Type Filter procedures and OEM  Manufacturer standards.  Quantity of filters serviced Adhere to all activity instructions and The maintenance program shall requirements. provide an economical approach to manufacturers’ recommended procedures, OEM standards and maintenance required to satisfy equipment warranties and keep in normal working condition.

Notify KO, in writing, 7 calendar days in advance of each scheduled maintenance service visit to limit the possibility of scheduling conflicts between the facility operations and the Contractor’s maintenance performance.

The Scheduled Maintenance Service Plan shall include both Annual and Semi-annual work. 3.2.1.1 Facility Perform filter servicing. Conduct operations in accordance Work accomplished in a Ventilation with the OSHA Lead standard 29 safe and environmentally Intake and Work shall be performed in CFR 1910.1025. sound manner. System Exhaust Filters accordance with this left in an operable and and Dust contract, the Contractor’s Refer to Attachment 1502000-02, safe condition in Collector Filter Government accepted TABLE OF VENTILATION accordance with Cartridges Scheduled Service Plan, and AND DUST COLLECTOR manufacturer’s and design specifications. manufacturers’ published FILTERS, for more information

instructions. on the items to be serviced.

14-20-2487 1502000, Page 13 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item Establish and maintain Refer to Attachment 0200000-06 “Used” Intake, Exhaust proper work area PEARL HARBOR NAVAL and Dust Collector Filter containments; remove SHIPYARD (PHNSY) & Cartridges for the existing “used” filters and INTERMEDIATE facility’s ventilation and filter cartridges; package and MAINTENANCE FACILITY dust collector systems deliver “used” items to the (IMF) – CONTRACTOR shall be handled in a appropriate Government OCCUPATIONAL SAFETY, manner that abides by the established disposal site; HEALTH AND E contract requirements; renew filters and filter NVIRONMENTAL filter manufacturer’s cartridges with activity REQUIREMENTS, for instructions; applicable accepted filters and complete PHNSY&IMF specific OSH&E activity safety, health and all record and report keeping requirements as well as task environmental requirements. parameters. instructions, requirements and Ensure filters are properly regulations; activity and installed – properly fitted facility permits, and and secured. Federal, State and local laws and regulations. 3.2.1.2 Job Site Clean- Ensure all work areas are Refer to Attachment 0200000-06, Maintenance is Up cleaned and when required, PEARL HARBOR NAVAL accomplished in properly “released” by SHIPYARD (PHNSY) & accordance with the Contractor’s Certified INTERMEDIATE Contractor’s Industrial Hygienist. MAINTENANCE FACILITY maintenance program (IMF) – CONTRACTOR plan and work schedule. OCCUPATIONAL SAFETY, Used filters shall be HEALTH AND properly packaged, labeled Maintenance is ENVIRONMENTAL performed in accordance and stored as directed by the REQUIREMENTS, for with manufacturers’ Pearl Harbor Naval PHNSY&IMF specific OSH&E Shipyard, Occupational recommended requirements as well as task procedures and OEM Safety, Health and parameters. Environmental (OSH&E) standards. Department prior to departing from the job site each day.

Should Nonrecurring Work Task Order work coincide with a scheduled Recurring Work site visit, perform Non-recurring Work tasks during the scheduled Recurring Work site visit. 3.2.2 Annual Perform filter servicing. Conduct operations in accordance Work accomplished in a Servicing- with the OSHA Lead standard 29 safe and environmentally Facility Work shall be performed in CFR 1910.1025. sound manner. System Ventilation accordance with this left in an operable and Intake and contract, the Contractor’s Refer to Attachment 1502000-02, safe condition in Exhaust Filters, Government accepted entitled “TABLE OF accordance with and Dust Scheduled Maintenance VENTILATION AND DUST manufacturer’s and Collector Filter Service Plan, and COLLECTOR FILTERS” for design specifications. Cartridges manufacturer’s published more information on the items to instructions. Establish and be serviced. maintain proper work area 14-20-2487 1502000, Page 14 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item containments; remove Refer to Attachment 0200000-06, existing “used” filters and entitled “PHNSY&IMF – filter cartridges; package CONTRACTOR and deliver “used” items to OCCUPATIONAL SAFETY, the appropriate Government HEALTH AND established disposal site; ENVIRONMENTAL renew filters and filter REQUIREMENTS” for cartridges with activity PHNSY&IMF specific OSH&E accepted filers; clean-up requirements as well as task work area in accordance parameters. with spec item 3.2.1.2; and complete all record and report keeping requirements. 3.2.3 Semi-annual Perform exhaust filter Conduct operations in accordance Work accomplished in a Servicing – servicing for Building 1701 with the OSHA Lead standard 29 safe and environmentally Facility Exhaust and Building 1703 only. CFR 1910.1025. sound manner. System Filters at left in an operable and Building 1701 Semi-Annual Servicing Refer to Attachment 1502000-02, safe condition in and Building shall be performed entitled “TABLE OF accordance with 1703 Only approximately midway VENTILATION AND DUST manufacturer’s and between the building’s COLLECTOR FILTERS” for design specifications. annual service. Work shall more information on the items to be performed in accordance be serviced. with this contract, the Contractor’s Government Refer to Attachment 0200000-06, accepted Scheduled entitled “PHNSY&IMF – Maintenance Service Plan, CONTRACTOR and manufacturer’s published OCCUPATIONAL SAFETY, instructions. Establish and HEALTH AND maintain proper work area ENVIRONMENTAL containments; remove REQUIREMENTS”, for existing “used” exhaust PHNSY&IMF specific OSH&E filters; package and deliver requirements as well as task “used” items to the parameters. appropriate Government established disposal site; renew filters with facility permit-accepted exhaust filters; clean-up work area; and complete all record and report keeping. 3.3 Water Systems Maintenance 3.3.1 Water Systems The Contractor shall develop The PM and Operational Services PM and Operational Preventive and implement a PM and program shall be developed based Services are Maintenance Operational Services on an economical approach, accomplished per the (PM) and program to ensure proper manufacturer’s recommended Contractor's program and Operational operation, to minimize procedures, and OEM standards. work schedule. Services Program breakdowns and to maximize useful life. Locations and Equipment for Maintenance is Water Systems are found in performed in accordance Attachment 1502000-04. with manufacturers’ 14-20-2487 1502000, Page 15 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item Attachments 1502000-05 and recommended 1502000-06 contain maintenance procedures and OEM tasks required for installed standards. equipment and systems. Repairs within the PM

limit are accomplished The Contractor shall provide prior to PM completion. recurring maintenance to keep installed equipment and systems Notification of repair in normal working condition. work exceeding the PM limit is submitted to the The Contractor shall not use KO within the specified breakdown maintenance as part of time limit. the maintenance program. Installed equipment and The PM and Operational Services systems are maintained program plan shall be submitted in normal working to the KO in accordance with condition. Attachment 0200000-02. No unscheduled system A PM and Operational Services outages due to missed or work schedule shall be submitted improper maintenance. to the KO in accordance with Attachment 0200000-02. Schedules and reports submitted to the KO for Indicate the dates that services review and acceptance will be performed. Deviation prior to commencement from the approved schedule is of work. permissible only when approved by the KO. Schedules and reports submitted on schedule Maintenance shall comply with per Attachment all OEM requirements and 0200000-02. standards.

All maintenance and repair shall be performed by personnel trained and certified by the OEM if required by the OEM.

The Contractor is fully responsible for and shall perform any repairs, including replacement, discovered during scheduled maintenance work up to a threshold up to 32 hours labor and $2,500.00 direct material cost (excluding the cost for pre- expended bin materials and supplies) for each deficient condition. Items that are expected to fail before the next scheduled PM shall also be considered as a

14-20-2487 1502000, Page 16 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item repair requirement identified during PM.

The Contractor shall, per Attachment 0200000-02, notify the KO upon identification that the repairs will exceed the threshold listed above.

If the KO determines that the objective and standards are not met (e.g., excessive or repeated deficiencies) the Contractor shall adjust or modify the Contractor’s maintenance program at no additional cost to the Government.

In accordance with Attachment 0200000-02, submit a monthly maintenance schedule, unaccomplished maintenance report, and accomplished maintenance and repairs report. 3.3.2 Solar Hot Water The Contractor shall An inventory of Solar Hot Water Maintenance is Systems develop and implement a Systems can be found in accomplished in scheduled service Attachment 1502000-04. accordance with the maintenance program which The Contractor shall develop and Contractor’s shall include a scheduled submit a scheduled maintenance maintenance program service plan for the program plan. The plan shall plan and work schedule. servicing of Solar Hot include all maintenance items Maintenance is Water Systems listed in Attachment 1502000-06. performed in accordance The Contractor shall respond with manufacturers’ to Trouble Calls. The maintenance program shall recommended The Contractor shall be in accordance to OEM procedures and OEM provide construction support standards, procedures and standards. as the Subject Matter Expert maintenance requirements to (SME) satisfy equipment warranties and Adherence to all keep the Solar Hot Water instructions and Systems in normal working requirements. condition. Responds to Trouble Calls in a timely manner. The Scheduled Maintenance Provides support as Service Plan shall include SME. Semiannual work.

The Contractor shall develop a Log of Maintenance and Repair for each Solar Hot Water System. The log shall be in accordance to Attachment 0200000-02 and copies shall be provided at regular intervals not to exceed the

14-20-2487 1502000, Page 17 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item shortest maintenance cycle to the KO and COR.

The log shall become and be considered Government property and shall be surrendered to the Government in accordance with Attachment 0200000-02.

Per Attachment 0200000-02, Notify the KO and COR or PAR in writing, 7 calendar days in advance of each scheduled maintenance service visit to limit the possibility of scheduling conflicts between the facility operations and the Contractor’s maintenance performance.

The Contractor shall respond to trouble calls within 1 hour during business hours and within 2 hours during non-business hours.

The Contractor shall provide a monthly written report of Solar Hot Water System trouble calls in accordance with Attachment 0200000-02.

The Contractor shall provide support for construction efforts as the SME. All work on Solar Hot Water Systems shall be in accordance with all industry standards. All work shall comply with all Federal and Local Building Codes, Standards, and Regulations.

All work shall be conducted in accordance with all Federal, Local, and Base Safety Standards, Procedures, and Requirements.

Provide copy of licensure and certifications to the KO per Attachment 0200000-02.

DDC: The Contractor shall comply with and meet applicable security requirements listed in Attachment 0200000-07 prior to accessing Government IT systems 14-20-2487 1502000, Page 18 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item to monitor or control or monitor and control DDC systems. 3.3.2.1 Solar Hot Water The Contractor shall test, Inspect the entire system for Inspections, cleanings, Systems, Testing, inspect, and clean the Solar deficiencies and issues that affect and testing are Inspection, and Hot Water Systems in performance. performed in accordance

Cleaning accordance to industry to the Contractor’s Clean the system in accordance standards, OEM program. with OEM requirements and requirements and procedures. procedures. The PAR/COR are Test the entire system in notified when there are accordance with OEM performance issues requirements and procedures for present within the operational performance. system.

Notify the PAR/COR when issues The Contractor provides that affect performance are deliverables in discovered within the system. accordance with Attachment 0200000-02. 3.3.2.2 Solar Hot Water The Contractor shall At a minimum, the Contractor’s Maintenance is Systems, develop and implement a PM program shall include items accomplished in Maintenance and PM program for installed listed in Attachments 1052000-04 accordance with the Repair Solar Hot Water equipment and 1502000-06. Submit the PM Contractor’s PM and systems to ensure program per Attachment program and work proper operation, to 0200000-02. schedule. minimize breakdowns, and to maximize useful life. PM is performed in accordance with manufacturers’ recommended procedures and OEM standards.

Equipment and systems are maintained in normal working condition, and recertified if applicable.

Equipment and systems are maintained to maximize useful life. No unscheduled system outages due to missed or improper maintenance. 3.4 HEMP Shelter Provide triannual, 3 times The HEMP shelters at Camp All Hardened Maintenance per year, Hardness H.M. Smith is situated in an Maintenance and Maintenance and Hardness environmentally challenging Hardened Surveillance Surveillance on three location on Oahu, Hawaii. It is (including Reporting, HEMP shelters at Camp due to the environmental and Record keeping and H.M. Smith and their operational factors that drive the Scheduling) are interconnected Hardened need for supplemental depot level performed semiannually topology. Hardness Maintenance (HM) and in accordance with and Hardness Surveillance (HS) complying with all services in order to ensure top requirements as Shielding Effectiveness (SE) to described in 1502000- 14-20-2487 1502000, Page 19 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item sustain mission critical operations 07, Performance Work in the infrastructure of the Statement (PWS), communication system. Headquarters U.S. Pacific Command The HEMP topology includes (HQPACOM), Hardness four individual shelters connected Maintenance and by welded conduit, creating a Hardness Surveillance single closed volume. Each (HM/HS) of the HEMP shelter is connected to the Shelters at Camp H.M. MES/GES by four individual Smith, Oahu, Hawaii, hardened conduits. (EHFASS, GES Shelter, and Building 20 The contractor shall provide Equipment Shelter). professional and technical services to perform routine Hardness Maintenance / Hardness Surveillance (HM/HS) on all four HEMP shelters at Camp H.M. Smith and all Hardened topology that connects them during three annual on-site inspections.

Triannual, 3 times per year, depot level corrosion control support is needed to maintain the Hardness Critical Assemblies (HCA’s); in conjunction with all HM services described herein, Hardness Surveillance services following systematic procedures is needed on all High Altitude Electromagnetic Pulse (HEMP) hardened shelters.

Perform systematic Hardness Surveillance (HS) on all four systems in order to ensure performance, and lower long-term maintenance costs through effective and systematic failure prediction methods such as (but is not limited to) Low Level Characterization Testing (LLCT) by utilizing Shielding Effectiveness (SE) techniques and analysis during each of two annual service cycles.

During every Mobile Depot Maintenance (MOM) activity it will be required that pre and post LLCT SE testing be performed on

14-20-2487 1502000, Page 20 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item all serviced HCA 's under the HM program.

During every Mobile Depot Maintenance (MOM) activity it will be required that Infrared (IR) data be taken on the filter inserts during internal shielded cabinets inspections under the HM schedule.

All LLCT testing activity will be oriented towards validation of service actions and failure prediction methods.

Contractor shall provide their technical recommendations on how best to utilize state of the art nondestructive material testing (NOT) testing methods in order to systematically gather data needed in order to characterize the performance of the hardened components during each on-site project.

At the conclusion of each triannual, 3 times per year, on-site service, the contractor shall verbally report to the Program Office (USINDOPACOM/1642) the results of the inspection, the vendor's recommendations and the actions taken. A written record of the report will be provided to the Program Office within ten workdays after delivery of the verbal report.

Formal records of all findings and corrective actions taken for each maintenance cycle will be maintained by the contractor for the duration of the contract (to include any/all executed option years.) This master accounting of all actions taken over the life of the contract will be provided to PACOM J642 within thirty days after the contract formally ends. The master accounting will be inclusive of all HM/HS findings 14-20-2487 1502000, Page 21 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item and service to include: digital media, pre and post-test SE findings and results, recommendations, and refurbishment and service cycle actions.

Records shall consist of individual actions taken to refurbish or service each HCA

Records shall be inclusive of all surveillance activity.

In accordance with Attachment 0200000-02, the Contractor shall be responsible to submit a HEMP Shelter Maintenance Repot.

The HEMP Shelter Maintenance Report shall include a detailed HM/HS record for all services performed on the HEMP structures consistent with recommended certification requirements under certification expectations for all HEMP activities performed on site.

The contractor shall install all HEMP consumable items and provide test equipment and engineering support in accordance with MIL-STD-1 88- 125 protocols.

The contractor shall perform a LLCT baseline test and acceptance test for all HEMP maintenance actions. SE test measurements will be made under LLCT methods.

The contractor shall be responsible for providing preparation and coating specifications for all corrosion control efforts on site to ensure proper adhesion of all coatings applied to support HM services as required.

14-20-2487 1502000, Page 22 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item The contractor shall be responsible for providing all equipment, material, shipping, and labor to complete the task, testing, and record keeping of all actions.

The shelters include the Extremely High Frequency Antenna Support Shelter (EHFASS) located on top of Building 20, the Equipment Shelter, Bldg. 705, the Generator Equipment Shelter (GES), Bldg. 706 and the Equipment Shelter inside Bldg. 20.

In accordance with Attachment 0200000-02, The Contractor shall submit to the KO a HEMP Shelter Maintenance Report.

The HEMP Shelter Maintenance Report shall contain the required maintenance elements serviced found in Attachment 1502000-07.

The Contractor shall be responsible for the removal and disposal of all waste materials to include HAZMAT/HAZWASTE in accordance with all site and local environmental and safety regulations upon project completion.

In Accordance with Attachment 0200000-02, The Contractor shall establish and maintain a Quality Control Program (QCP) to ensure that the work performed meets or exceeds contract requirements.

The Contractor shall have experience in servicing thermal spray technologies (Aluminum zinc and Bronze Aluminum) in order to sustain the shielding effectiveness of the system specifically on the MES and Generator Shelters components and shielding.

14-20-2487 1502000, Page 23 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item 3.4.1 HEMP Shelter The Contractor shall Triannual maintenance The Contractor provided Triannual provide HEMP Shelter requirements for HEMP Shelters 100% delivery and Refurbishment Triannual refurbishment are listed in Attachment 1502000- compliance with all (removal and maintenance services in 07. requirements as listed in replacement) accordance to Attachment Attachment 1502000-07 requirements 1502000-07 The Contractor shall include Triannual maintenance on HEMP Shelters performed in the HEMP Shelter Maintenance Report.

The HEMP Shelter Maintenance Report shall be delivered to the KO in accordance with Attachment 0200000-02 3.4.2 HEMP Shelter The Contractor shall Triannual service/inspection The Contractor provided Triannual provide HEMP Shelter requirements for HEMP Shelters 100% delivery and service/inspection Triannual service/inspection are listed in Attachment 1502000- compliance with all services in accordance to 07. requirements as listed in Attachment 1502000-07 Attachment 1502000-07 The Contractor shall include Triannual service/inspection(s) on HEMP Shelters performed in the HEMP Shelter Maintenance Report.

The HEMP Shelter Maintenance Report shall be delivered to the KO in accordance with Attachment 0200000-02 3.4.3 HEMP Shelter The Contractor shall Mechanical Corrosion Control The Contractor provided Mechanical provide HEMP Shelter service requirements for HEMP 100% delivery and Corrosion Mechanical Corrosion Shelters are listed in Attachment compliance with all Control Services Control services in 1502000-07. requirements as listed in accordance to Attachment Attachment 1502000-07 1502000-07 The Contractor shall include Mechanical Corrosion Control performed on HEMP Shelters in the HEMP Shelter Maintenance Report.

The HEMP Shelter Maintenance Report shall be delivered to the KO in accordance with Attachment 0200000-02 3.4.4 HEMP Shelter The Contractor shall Systematic Hardness Surveillance The Contractor provided Performance, provide HEMP Shelter (HS) requirements for HEMP 100% delivery and Systematic Systematic Hardness Shelters are listed in Attachment compliance with all Hardness Surveillance (HS)l services 1502000-07. requirements as listed in Surveillance (HS) in accordance to Attachment Attachment 1502000-07 1502000-07 The Contractor shall include Systematic Hardness Surveillance performed on HEMP Shelters in

14-20-2487 1502000, Page 24 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item the HEMP Shelter Maintenance Report.

The HEMP Shelter Maintenance Report shall be delivered to the KO in accordance with Attachment 0200000-02 3.4.5 HEMP Shelter The Contractor shall Formal records of all findings and The Contractor provided Reports develop, maintain, update, corrective actions taken for each 100% delivery and and deliver all HEMP maintenance cycle will be compliance with all Shelter reports in maintained by the contractor for requirements as listed in accordance to Attachments the duration of the contract (to Attachments 1502000- 1502000-07 and 0200000- include any/all executed option 07 and 0200000-02. 02 years.) This master accounting of all actions taken over the life of the contract will be provided to PACOM J642 within thirty days after the contract formally ends. The master accounting will be inclusive of all HM/HS findings and service to include: digital media, pre and post-test SE findings and results, recommendations, and refurbishment and service cycle actions.

Records shall consist of individual actions taken to refurbish or service each HCA

Records shall be inclusive of all surveillance activity

The contractor will be responsible to submit a detailed HM/HS record for all services performed on the HEMP structures consistent with recommended certification requirements under certification expectations for all HEMP activities performed on site.

The reports are to be considered Government property and shall be delivered to the Government in accordance with Attachments 1502000-07 and 0200000-02.

All technical materials, documents, drawings, manuals, briefings, etc. produced by the 14-20-2487 1502000, Page 25 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item contractor shall remain the property of the Government.

Documents, drawings, manuals, briefings, etc., produced with non-government funding shall not be used unless approved by the Government.

Videos will fall under the provisions of DFARS 252.227- 7020 "Rights in Special Works" applies to all digital recording materials produced. 3.4.6 HEMP Shelter The Contractor shall At the conclusion of each The Contractor provided Record Keeping develop, maintain, update, triannual, 3 times per year, on-site 100% delivery and and deliver all HEMP service, the contractor will compliance with all Shelter records in verbally report to the Program requirements as listed in accordance to Attachments Office (USINDOPACOM/1642) Attachments 1502000- 1502000-07 and 0200000- the results of the inspection, the 07 and 0200000-02 02 vendor's recommendations and the actions taken. A written record of the report will be provided to the Program Office within ten workdays after delivery of the verbal report. 3.4.7 HEMP Shelter The contractor will provide The contractor shall provide a The Contractor provided Schedule a work schedule to be work schedule to be briefed to 100% delivery and briefed to program office program office compliance with all (USINDOPACOM/J64) (USINDOPACOM/J64) thirty requirements as listed in thirty days after contract days after contract award for Attachments 1502000- award for review. review. 07 and 0200000-02

The contractor shall participate in The Contractor quarterly program management supported the affected reviews (PMRs), technical Program Offices reviews and technical interchange meetings (TIMs) with The Contractor provided government cognizant offices on timely information and technical matters. Such offices responded to requests for include (but is not limited to) information in a timely PACOM, STRATCOM, AFSPC, manner. SMC/OSL, DISA, DTRA etc. The contractor shall not wait until a coordinated TIM to provide the program office (USINDOPACOM/J64) with timely information on logistical concerns or issues.

There will be a kick off meeting within ten days from contract award at the discretion of the 14-20-2487 1502000, Page 26 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item program office (USINDOPACOM/J64). All Sub- Contractors and affected government personnel will be in attendance, or available via teleconference in order to effectively manage the contract.

The contractor will support the program office (USINDOPACOM/J64), as needed for technical interchange meetings (TIM's) and management review meetings in order to effectively communicate the progress of the program. The contractor will support task meetings, i.e. kickoff meetings, Program Management Reviews etc. held at either the site location or teleconference (due to travel restrictions if necessary). 3.5 Radon Mitigation The Contractor shall Inspections and Maintenance PM is accomplished per Systems perform required shall comply with all OEM the Contractor's program Inspections and requirements, UFGS 31 21 13 and work schedule. Maintenance on Radon Specifications and all Federal, mitigation systems to ensure State and Local standards. Repairs within the proper operation, to Maintenance limit are minimize breakdowns, and See Attachment 1502000-08 for accomplished prior to to maximize useful life. locations of Radon Mitigation maintenance completion. Systems. Notification of repair work exceeding the maintenance limit is submitted to the KO within the specified time limit. 3.6 High Security The Contractor shall The Contractor shall develop a PM PM and Operational Revolving Doors perform required and Operational Services program Services are Inspections, Maintenance based on manufacturers’ accomplished per the and Repairs on High recommended procedures, OEM Contractor’s program and Security Revolving Doors standards, and specific tasks for work schedule. and systems to ensure the installed equipment and proper operation, to systems in Attachment 1502000- Maintenance is minimize breakdowns, and 09. performed in accordance to maximize useful life. with manufacturers’ The Contractor shall provide all recommended maintenance required to satisfy procedures and OEM equipment warranties and keep standards. installed equipment and systems in normal working condition. Repairs within the PM limit are accomplished prior to PM completion. 14-20-2487 1502000, Page 27 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item The Contractor shall not use breakdown maintenance as part of Notification of repair the maintenance program. work exceeding the PM limit is submitted to the The PM and Operational Services KO within the specified work schedule shall indicate the time limit. dates that services will be performed. Deviation from the Installed equipment and approved schedule is only systems are maintained permissible when approved by the in normal working KO. condition.

Maintenance shall comply with No unscheduled system all OEM requirements and outages due to missed or standards. improper maintenance.

Maintenance shall comply with Schedules and reports all applicable NFPA, Federal, submitted to the KO for State, and Local Standards and review and acceptance regulation. prior to commencement of work. Upon completion of repairs and scheduled PM, doors shall Schedules and reports operate and function in submitted on schedule accordance with manufacturer per Attachment design, intention, and complete 0200000-02. compliance with all applicable Federal, State, Local, and NFPA Life Safety code, standard, and regulation.

All maintenance and repair shall be performed by personnel trained and certified by the OEM if required by the OEM.

The Contractor is fully responsible for and shall perform any repairs, including replacement of parts for discrepant items discovered during scheduled maintenance work up to a threshold up to 32 hours labor and $2,500.00 direct material cost for each deficient condition.

Items that are expected to fail before the next scheduled PM shall also be considered as a repair requirement identified during PM.

14-20-2487 1502000, Page 28 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item The Contractor shall, per Attachment 0200000-02, notify the KO upon identification that the repairs will exceed the threshold listed above.

If the KO determines that the objective and standards are not met (e.g., excessive or repeated deficiencies) the Contractor shall adjust or modify the Contractor’s maintenance program at no additional cost to the Government.

In accordance with Attachment 0200000-02, Submit a maintenance schedule, unaccomplished maintenance report, and maintenance repairs accomplished report. 3.6.1 High Security The Contractor shall The Contractor shall develop a PM PM and Operational Circlelock Doors perform required and Operational Services program Services are Inspections, Maintenance based on manufacturers’ accomplished per the and Repairs on High recommended procedures, OEM Contractor’s program and Security Circlelock Doors standards, and specific tasks for work schedule. and systems to ensure the installed equipment and proper operation, to systems in Attachment 1502000- Maintenance is minimize breakdowns, and 09. performed in accordance to maximize useful life. with manufacturers’ The Contractor shall provide all recommended maintenance required to satisfy procedures and OEM equipment warranties and keep standards. installed equipment and systems in normal working condition. Repairs within the PM limit are accomplished The Contractor shall not use prior to PM completion. breakdown maintenance as part of the maintenance program. Notification of repair work exceeding the PM The PM and Operational Services limit is submitted to the work schedule shall indicate the KO within the specified dates that services will be time limit. performed. Deviation from the approved schedule is only Installed equipment and permissible when approved by the systems are maintained KO. in normal working condition. Maintenance shall comply with all OEM requirements and No unscheduled system standards. outages due to missed or improper maintenance.

14-20-2487 1502000, Page 29 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item Maintenance shall comply with Schedules and reports all applicable NFPA, Federal, submitted to the KO for State, and Local Standards and review and acceptance regulation. prior to commencement of work. Upon completion of repairs and scheduled PM, doors shall Schedules and reports operate and function in submitted on schedule accordance with manufacturer per Attachment design, intention, and complete 0200000-02. compliance with all applicable Federal, State, Local, and NFPA Life Safety code, standard, and regulation.

All maintenance and repair shall be performed by personnel trained and certified by the OEM if required by the OEM.

The Contractor is fully responsible for and shall perform any repairs, including replacement of parts for discrepant items discovered during scheduled maintenance work up to a threshold up to 32 hours labor and $2,500.00 direct material cost for each deficient condition.

Items that are expected to fail before the next scheduled PM shall also be considered as a repair requirement identified during PM.

The Contractor shall, per Attachment 0200000-02, notify the KO upon identification that the repairs will exceed the threshold listed above.

If the KO determines that the objective and standards are not met (e.g., excessive or repeated deficiencies) the Contractor shall adjust or modify the Contractor’s maintenance program at no additional cost to the Government.

14-20-2487 1502000, Page 30 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item In accordance with Attachment 0200000-02, Submit a monthly maintenance schedule, unaccomplished maintenance report, and maintenance repairs accomplished report. 3.7 Photovoltaic The Contractor shall An inventory of Photovoltaic Maintenance is Systems develop and implement a systems can be found in accomplished in scheduled service Attachment 1502000-10. accordance with the maintenance program which Contractor’s shall include a scheduled The Contractor shall develop and maintenance program service plan for the submit a scheduled maintenance plan and work schedule. servicing of Photovoltaic program plan. The plan shall Maintenance is (PV) systems. include all maintenance items performed in accordance listed in Attachment 1502000-11. with manufacturers’ The Contractor shall respond The maintenance program shall recommended to Trouble Calls. be in accordance to OEM procedures and OEM standards, procedures and standards. maintenance requirements to Adherence to all satisfy equipment warranties and instructions and keep the PV systems in normal requirements. working condition. Responds to Trouble Calls in a timely manner, The Scheduled Maintenance Within 2 to 4 hours Service Plan shall include from receiving the Quarterly, Annual, Biennial, and request for response. Quinquennial work. Provides support as SME. The Contractor is fully responsible for and shall perform any repairs, including replacement of parts for discrepant items discovered during scheduled maintenance work up to a threshold up to 32 hours labor and $2,500.00 direct material cost per occurrence/system.

The Contractor shall develop a Log of Maintenance and Repair for each PV system. The log shall be in accordance to Attachment 0200000-02 and copies shall be provided at regular intervals to the KO and COR not to exceed the shortest maintenance cycle.

The log shall become and be considered Government property and shall be surrendered to the Government in accordance with Attachment 0200000-02.

14-20-2487 1502000, Page 31 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item

Notify the KO and COR or PAR in writing, 7 calendar days in advance of each scheduled maintenance service visit to limit the possibility of scheduling conflicts between the facility operations and the Contractor’s maintenance performance. The Contractor shall respond to trouble calls within 2 to 4 hours.

The Contractor shall provide a written report of PV system trouble calls in accordance with Attachment 0200000-02.

All work on Photovoltaic systems shall be in accordance with all industry standards.

All work shall comply with all Federal and Local Building Codes, Standards, and Regulations.

All work shall be conducted in accordance with all Federal, Local, and Base Safety Standards, Procedures, and Requirements.

Thermal imaging must be performed by a certified Thermographer. Provide a copy of certification to the KO per Attachment 0200000-02.

Inverter maintenance must be performed by technicians who possess or employer possesses a State of Hawaii C-60 Contractors License or Technicians that are certified on the following systems: • Solectria • SMA • SatCon

Provide copy of licensure and certifications to the KO per Attachment 0200000-02. In the event of replacement/new installation(s) and where 14-20-2487 1502000, Page 32 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item products containing hazmat will be used, The Contractor shall follow the procedures outlined in annex 0200000, Spec Item 2.10.2.8 3.7.1 Photovoltaic The Contractor shall test, Inspect the entire system for Inspections, cleanings, Systems, Testing, inspect, and clean the deficiencies and issues that affect and testing are Inspection, and Photovoltaic systems in performance. performed in accordance

Cleaning accordance to industry to the Contractor’s The Contractor shall submit a standards, OEM program. price proposal for costs that The PAR/COR are requirements and exceed 32 hours labor and procedures. $2,500.00 direct material cost to notified when there are correct all deficiencies performance issues discovered during preliminary present within the and scheduled recurring system. inspections. The Contractor provides Clean the system in accordance deliverables in with OEM requirements and accordance with procedures. Attachment 0200000-02.

In accordance with attachment J-1502000-11, The Contractor shall clean the panels removing dust, dirt, bird droppings, and other debris that affects panel performance.

Test the entire system in accordance with OEM requirements and procedures for operational performance.

Notify the PAR/COR when issues that affect performance are discovered within the system. 3.7.2 Photovoltaic The Contractor shall At a minimum, the Contractor’s Maintenance is Systems, develop and implement a PM program shall include items accomplished in Maintenance and PM program for installed listed in Attachment 1052000-11. accordance with the Repair Photovoltaic equipment and Submit the PM program per Contractor’s PM systems to ensure proper Attachment 0200000-02. program and work operation, to minimize schedule. breakdowns, and to If a particular or maximize useful life. inverter is no longer being PM is performed in produced, The contractor shall accordance with submit a proposal for an manufacturers’ recommended equivalent replacement, and procedures and OEM costs that exceed 32 hours labor standards. and $2,500.00 direct material

cost. Equipment and systems

are maintained in normal Where multiple deficiencies are working condition, and discovered during the same recertified if applicable. occurrence of recurring maintenance, inspections,

14-20-2487 1502000, Page 33 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item testing, and cleaning, the Equipment and systems multiple deficiencies shall be are maintained to considered as one whole and maximize useful life. not each separate. No unscheduled system The Contractor shall submit a outages due to missed or price proposal for costs that improper maintenance. exceed 32 hours labor and $2,500.00 direct material cost to correct all deficiencies discovered during recurring maintenance, inspections, testing, and cleaning.

Inverter/Electric meter production shall be recorded and monitored from the local monitor.

Where permissible, broken panels shall be repaired. In instances where a panel cannot be repaired, the Contractor shall replace the panel.

The COR and KO shall be alerted when systems require more than 20ea. Panels replaced prior to purchase/replacement. The Contractor shall be responsible for any structural modifications.

Where the original manufacturer, model, size cannot be supplied as a replacement, the Contractor shall submit to the COR and KO the equivalent parts/components for approval prior to purchase and installation.

In the event a panel or string of panels must be omitted in order to make a system operational, The Contractor shall alert the COR and KO prior to the deletion/omission of panels from the system.

14-20-2487 1502000, Page 34 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item 3.8 Reverse The Contractor shall The Contractor shall maintain the Maintenance is Osmosis maintain the reverse Reverse Osmosis Systems in performed in Systems osmosis systems to accordance with manufacturers’ accordance with ensure proper operation, to recommended procedures and Contractor's PM minimize breakdowns, and OEM standards. program and work to maximize useful life. schedule. The Reverse Osmosis Systems inventory is provided in Attachment 1502000-12. Recommended Reverse Osmosis System Preventive Maintenance requirements are provided in Attachment 1502000-13.

The Contractor shall develop, implement, and execute a Preventive Maintenance Program to maintain and repair Reverse Osmosis systems. The Contractor shall submit a PM program per Attachment 0200000-02.

The Contractor shall maintain all maintenance, repair, alteration data, and warranty records in the technical library in accordance with Annex 2. The Contractor shall provide all necessary test instruments, equipment, and tools required to perform maintenance and repair.

The Contractor is fully responsible for and shall perform any repairs, including replacement of parts for discrepant items discovered during scheduled maintenance work up to a threshold up to 32 hours labor and $2,500.00 direct material cost for each deficient condition.

Notification of repair work exceeding the incidental repairs limit shall be submitted to the KO within two hours of identification.

A non-recurring work task order may be issued for repairs exceeding the incidental repairs limit. 14-20-2487 1502000, Page 35 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item

The Contractor shall not use breakdown maintenance as part of the PM program.

The PM program shall provide an economical approach to the manufacturers’ recommended procedures, OEM standards, maintenance required to satisfy equipment warranties, and keep installed equipment and systems in normal working condition.

Excessive or repeated system or equipment breakdowns or deficiencies may indicate the need to adjust or modify the Contractor’s PM program.

These changes will be made at no additional cost to the Government.

Refer to Attachment 0200000-06, PEARL HARBOR NAVAL SHIPYARD (PHNSY) & INTERMEDIATE MAINTENANCE FACILITY (IMF) – CONTRACTOR OCCUPATIONAL SAFETY, HEALTH AND ENVIRONMENTAL REQUIREMENTS, for PHNSY&IMF specific OSH&E requirements as well as task parameters.

The Contractor shall submit a monthly PM work schedule per Attachment 0200000-02. 4 Non-recurring Non-recurring work may be Refer to Non-recurring Work Timely and quality Work ordered utilizing DoD ELINs for task listings, accomplishment. FedMall or on a task order descriptions and related in accordance with FAR requirements. All periods of 52.216-18, ORDERING. performance are measured from The order will specify the issue date of order to acceptance exact locations and types of of the work. Performance Standards for Nonrecurring work work to be accomplished. will be the same as those in Spec The period of performance Item 3 where applicable. will be specified in each order.

14-20-2487 1502000, Page 36 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item In accordance with attachment 0200000-02, Upon completion of the work, Contractor shall submit a FINAL INSPECTION REPORT FOR ALL TASK ORDER’S & NON- RECURRING WORK form.

The FINAL INSPECTION REPORT FOR ALL TASK ORDER’S & NON-RECURRING WORK form can be found in Attachment 0200000-05.

14-20-2487 1502000, Page 37 of 42 (Amendment No. 0003)

1502000 – Facility Investment Spec Title Performance Objective Related Information Performance Standard Item 4.1 Filter Maintenance 4.1.1 Unit Priced Unit priced labor work shall Timely and quality Labor Work be based on labor hours. The accomplishment. rate includes all direct and indirect costs associated with performing a standard hour of work (i.e., but is not limited to, all charges for labor, equipment, tools, overhead, profit, taxes, insurance, licenses, permits, records, inspection, and development of work scope and proposals). 4.1.2 Equipment, Parts Provide equipment, parts Quality products and and Materials and materials costs substantiated.

Equipment, Parts, and Materials meet specification requirements. 4.1.3 One-Time – Provide a “One-Time” By Government option, a start Timely and quality Facility Facility Ventilation Intake date may be determined by mutual accomplishment. Ventilation and Exhaust Filters, and agreement between the Intake and Dust Collector Filter Government and the Contractor. Service/Product meets Exhaust Filters Cartridges’ service. Task completion time (i.e. The specification and Dust time between start of task to requirements. Collector Filter Service shall be equal to the completion of job site work) shall Cartridges. service provided for a single be that of a regularly scheduled Recurring Work scheduled service as stated in the Service Equal to service visit. Contractor’s Government accepted One Regularly Scheduled Service Plan, unless Scheduled Refer to Spec Item 3.2.1.1, otherwise stated on the task order. Recurring Work entitled “Facility Ventilation Maintenance Intake and Exhaust Filters, The Contractor shall be able to Visit. and Dust Collector Filter respond to the job site, ready to Cartridges” for service perform required service, within requirements. 15 workdays of Government request. 4.2 Emergency Perform emergency “Emergency Security Containers Quality products and Service for locksmith services on and Vaults” includes up to eight costs substantiated. Security security containers and vaults. labor hours and up to $800.00 for Containers & parts and materials. The eight Timely and quality Vaults The Government will issue labor hours include: productive accomplishment. oral orders and followed by labor hours expended at the site the electronic order within for the performance of the work Meets specification 48 hours. and standby time (i.e., waiting for requirements. activity escorts for secured areas). Respond to emergency trouble calls within two Personnel performing hours after receipt of a neutralization and repair of trouble call. Two hours is 14-20-2487 1502000, Page 38 of 42 (Amendment No. 0003)

calculated from the time General Services Administration service is first requested to (GSA) approved containers time when qualified shall have successfully completed personnel arrive at the job training and received the site capable of performing respective certification of the requested service. completion in Identification, Servicing, Opening and Complete work within 48 Repairing, Preventive hours from the time service Maintenance and Periodic is first requested. Work Inspection of GSA approved continuously until the Containers, GSA approved Vault emergency situation is Doors, Locks on GSA-approved arrested. Containers and Doors, Federal specifications for the locks, containers, and vault doors, and Regulations requiring their use. Submit copy of certifications in accordance with Attachment 0200000-02. 4.2.1 Emergency Perform emergency locksmith Emergency Services – Standard Quality service/products Trouble Calls for services on other than Services” includes up to four labor and costs substantiated. Standard Services security containers and vaults. hours and up to $500.00 for parts and materials. The four labor Timely and quality The Government will issue hours include: productive labor accomplishment. oral orders and followed by hours expended at the site for the the electronic order within performance of the work and Meets specification 48 hours. standby time (i.e., waiting for requirements.

activity escorts for secured areas). Respond to emergency

trouble calls within two

hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrive at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested. 4.2.2 Service Trouble Perform locksmith services Routine Services – Security Quality service/products Calls for Security on security containers and Containers and Vaults” includes and costs substantiated. Containers & vaults. up to eight labor hours and up to Vaults $1,000.00 for parts and materials. Timely and quality Respond to service trouble The eight labor hours includes: accomplishment. calls within 48 hours. 48 productive labor hours expended hours is calculated from the at the site for the performance of Meets specification time trouble calls is first the work and standby time (i.e., requirements. requested to the time when waiting for activity escorts for qualified personnel arrive at secured areas). the job site capable of performing the requested

14-20-2487 1502000, Page 39 of 42 (Amendment No. 0003)

service. The 48 hours is Personnel performing based on a 24-hour per day neutralization and repair of clock, excluding weekend General Services Administration and holiday hours of 12:01 (GSA) approved containers a.m. to 12:00 midnight. shall have successfully completed Complete work within 96 training and received the hours from the time service respective certification of is first requested. completion in Identification, Servicing, Opening and Repairing, Preventive Maintenance and Periodic Inspection of GSA approved Containers, GSA approved Vault Doors, Locks on GSA-approved Containers and Doors, Federal specifications for the locks, containers, and vault doors, and Regulations requiring their use

Submit copy of certifications in accordance with Attachment 0200000-02

4.2.3 Service Trouble Perform locksmith services “Routine Services – Standard Quality service/products Calls for on other than security Services” includes up to four and costs substantiated. Standard Services containers and vaults. labor hours and up to $500.00 for Respond to service trouble parts and materials. The four Timely and quality calls within 48 hours. 48 labor hours includes: productive accomplishment. hours is calculated from the labor hours expended at the site time service is first for the performance of the work Meets specification requested to the time when and standby time (i.e., waiting for requirements. qualified personnel arrive at activity escorts for secured areas). the job site capable of performing the requested service. The 48 hours is based on a 24-hour per day clock, excluding weekend and holiday hours of 12:01 a.m. to 12:00 midnight. Complete work within 96 hours from the time service is first requested. 4.2.4 Unit Priced Performance of repair work Quality service/products Labor Work to accomplish a task not and costs substantiated. (Negotiated) covered by the Unit Priced Task Work (Non- Timely and quality Negotiated) line items and accomplishment. for the portion of labor that exceeds the labor limitations Meets specification for trouble calls. Task order requirements. completion times shall be specified on each order. 4.2.5 Key Duplication Provide key duplication Quality service/products (Negotiated) services. and costs substantiated.

14-20-2487 1502000, Page 40 of 42 (Amendment No. 0003)

Services shall be same as Timely and quality available to the general accomplishment. public and prices shall be as low or lower than those Meets specification charged the Contractor’s requirements. most favored customer for comparable quantities under similar terms and conditions.

The Contractor shall provide the Government the same discounts for prompt payment as provided to the general public and/or the Contractor’s most favored customer. 4.2.6 Parts & Materials Parts and material cost in Quality products and (Negotiated) support of Unit Priced Labor costs substantiated. Work (Negotiated) and for the portion of parts and Meets specification material cost that exceeds requirements. parts and material limitation for trouble calls. 4.3 Unit Priced Performance of work to Contractor shall provide all Timely and quality Labor Work – accomplish inspections not materials, labor, and equipment to accomplishment. Water Storage covered by the Unit Priced perform modified API-653 in- Tank Inspections Task Work (Non- service (not empty) inspection of Service/Product meets Negotiated) line items and both tanks in accordance with specification for the portion of labor that AWWA M42 standards to include requirements. exceeds the labor limitations but not be limited to visual for trouble calls. Task order inspections, hammer testing, completion times shall be magnetic flux leakage specified on each order. examination (MFE), and ultrasonic thickness testing of tanks S-1 and S-2, including the roofing, side walls and outer chine (perimeter of the floor bottom, sticking out of the walls). Special lifting devices are not required as only ultrasonic readings will be taken in the lower portion of the tank walls. Cleaning of tanks for inspection is not required. Roof hatches may be opened to view from the top.

The Contractor’s Inspector must be API-653 certified for at least 10 years. API-653 certified inspector must have at least 10 years of experience inspecting 1 MG or larger steel welded potable water tanks. Within 14 calendar days after award, the Contractor shall designate and submit to the 14-20-2487 1502000, Page 41 of 42 (Amendment No. 0003)

Contracting Officer a copy of their API-653 Inspector certificate; documents to support at least 10 years’ experience as an API-653 Inspector; documents to support at least 10 years’ experience inspecting 1 MG or larger steel welded potable water tanks; and certifications of other professionals with the ability to perform a modified API-653 in- service (not empty) tank inspection in accordance with AWWA M42 standards.

Following completion of inspections, Contractor shall submit to the Contracting Officer a written report detailing all work performed as required by API- 653 and AWWA standards, all findings, and any recommended repairs. Report shall be in Microsoft Word format. 4.3.1 Equipment, Parts Parts and material cost in Reserved Quality products and and Materials – support of Unit Priced costs substantiated. Water Storage Labor Work (Negotiated) Tanks and for the portion of parts Meets specification and material cost that requirements. exceeds parts and material limitation for trouble calls. 4.4 Subject Matter The Contractor shall In instances of installation, Expert (SME) provide construction support modification, and removal of as the SME systems that require the consult of a SME, the Contractor shall provide support for construction efforts as the SME.

14-20-2487 1502000, Page 42 of 42 (Amendment No. 0003)

ATTACHMENT 0200000-02 DELIVERABLES Deliverables Form Preparation Instructions Deliverable Title: 0200000/2.7.3 - Contractor Labor Hours (eCMRA) Report Form Attachment No.: N/A Government Approval Required: Yes X No Media: Electronic Instructions:

1) Submit deliverables in accepted format, See Annex 0200000 Specification Item 2.6.4

2) The report shall be prepared using Microsoft Office software.

3) The Contractor shall annually report all contractor labor hours (including subcontractor labor hours) using the following web address: https://www.sam.gov.

4) Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.

5) Contractors may direct questions to the HELP DESK, linked at https://doncmra.nmci.navy.mil.

14-20-2487 0200000-02, Page 22 of 91(Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A001 CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE A001AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A A001AB Urgent Service Orders, Spec item 3.1.2 12 MO A001AC Routine Service Orders, Spec Item 3.1.3 12 MO A001AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A A001AE Provide Biennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A A001AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-13 and 1502000-14

4Q A001AG Provide Quinquennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 1A Subtotal - CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE

A002 CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE A002AA Emergency Service Orders, Spec Item 3.1.1 12 MO A002AB Urgent Service Orders, Spec item 3.1.2 12 MO A002AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-09, Page 1 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A002AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06 1A A002AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE

A003 CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain) A003AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A A003AB Urgent Service Orders, Spec item 3.1.2 12 MO A003AC Routine Service Orders, Spec Item 3.1.3 12 MO A003AD CNRH Memorial Fountain B-1695, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO A003AE CNRH Advanced SEAL Delivery System (ASDS) Facility, B-995, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05

12 MO Subtotal - CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain)

14-20-2487 0200000-09, Page 2 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A004 MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE A004AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A A004AB Urgent Service Orders, Spec item 3.1.2 12 MO A004AC Routine Service Orders, Spec Item 3.1.3 12 MO A004AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A A004AE Provide Biennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 1A A004AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 4Q A004AG Provide Quinquennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 1A Subtotal - MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE

A005 MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools) A005AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A A005AB Urgent Service Orders, Spec item 3.1.2 12 MO A005AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-09, Page 3 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A005AD CAMSMI Base Activity Swimming Pool B-125 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05 12 MO A005AE Manana Housing Area Swimming Pool and Wading Pool B-840 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO Subtotal - MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools)

A006 MWR WATER SYSTEMS MAINTENANCE (Swimming Pools) A006AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A A006AB Urgent Service Orders, Spec item 3.1.2 12 MO A006AC Routine Service Orders, Spec Item 3.1.3 12 MO A006AD MWR Arizona Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AE MWR Hickam Family Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AF MWR Hickam Training Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO

14-20-2487 0200000-09, Page 4 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A006AG MWR Scott Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AH MWR Towers Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AJ MWR Wahiawa Annex Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO Subtotal - MWR WATER SYSTEMS MAINTENANCE (Swimming Pools)

A007 NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE A007AA Emergency Service Orders, Spec Item 3.1.1 12 MO A007AB Urgent Service Orders, Spec item 3.1.2 12 MO A007AC Routine Service Orders, Spec Item 3.1.3 12 MO A007AD Radon Mitigation Systems, Inspections and Maintenance, Provide Inspections and Maintenance on Radon mitigation systems per Annex 1502000 Spec Item 3.5 and Attachment 1502000-08

2SA Subtotal - NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE

A008 PACOM - HEMP HARDENED SHELTERS A008AA Emergency Service Orders, Spec Item 3.1.1 12 MO A008AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A

14-20-2487 0200000-09, Page 5 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A008AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A A008AD Provide HEMP Shelter Refurbishment Triannual (removal and replacement 3x per yr), IAW Annex 1502000 Spec Item 3.4.1 and Attachment 1502000-07

3T A008AE Provide Triannual Inspection Service 3x per yr IAW Annex 1502000 Spec Item 3.4.2 and Attachment 1502000-07

3T A008AF Provide Mechanical Corrosion Control Services 3x per yr IAW Annex 1502000 Spec Item 3.4.3 and Attachment 1502000-07

3T A008AG Provide HEMP Shelter Systematic Hardness Surveillance (HS), IAW Annex 1502000 Spec Item 3.4.4 and Attachment 1502000-07 three times per year. 3T A008AH Provide Reporting IAW Attachment 1502000-07 Para.3.6 3T A008AJ Provide HEMP Shelter Maintenance Reports IAW 1502000-07

3T A008AK Provide HEMP Shelter Maintenance Schedule IAW 1502000-07 3T Subtotal - PACOM - HEMP HARDENED SHELTERS

A009 PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 A009AA Emergency Service Orders, Spec Item 3.1.1 12 MO

14-20-2487 0200000-09, Page 6 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A009AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A A009AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A A009AD Circlelock Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA A009AE Revolving Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA Subtotal - PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 A010 PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

A010AA Emergency Service Orders, Spec Item 3.1.1 12 MO A010AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A A010AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-09, Page 7 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A010AD B-1704 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02. Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A A010AE Perform Semi-Annual Maintenance and exhaust filter servicing for Building 1701 and Building 1703 only IAW Annex 1502000 Spec Item 3.2.3 and Attachment 1502000-02 2SA A010AF B-1701 & 1703 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02 0 Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A Subtotal - PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

A011 PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE A011AA Emergency Service Orders, Spec Item 3.1.1 12 MO A011AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A A011AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-09, Page 8 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A011AD Perform Reverse Osmosis Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 1A A011AE Perform Reverse Osmosis Semi-Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 2SA A011AF Perform Reverse Osmosis Quarterly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 4Q A011AG Perform Reverse Osmosis Monthly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 12 MO Subtotal - PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE

A012 PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE A012AA Emergency Service Orders, Spec Item 3.1.1 12 MO A012AB Urgent Service Orders, Spec item 3.1.2 12 MO A012AC Routine Service Orders, Spec Item 3.1.3 12 MO A012AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06

1A

14-20-2487 0200000-09, Page 9 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9000 PRICE Enter proposed unit price in this Line Item 0001 Recurring Work - Base Period column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs A001 through A0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. A012AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE TOTAL PRICE FOR CONTRACT LINE ITEM 0001

14-20-2487 0200000-09, Page 10 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A700 FILTER MAINT Provide labor to perform all Unit Priced Labor 717S work subject to the Service Contract Labor Standards per the scope and delivery schedule specified in the order. 360 HR $ -

A701 FILTER MAINT Provide all materials and equipment to 717S perform Unit Priced Labor work per the scope and delivery schedule specified in the order. Use with ELIN A700 and A702. 40,000 DO $ 1.00 $40,000.00

A702 FILTER MAINT One Time - Facility Ventilation Intake & 717S Exhaust Filters & Dust Collector Filter Cartridges. Services equal to one regularly scheduled Recurring Work service. 2 EA $ -

A703 WATER Direct material cost in support of Unit 717S SYSTEMS MAINT Priced Labor Work and for the portion of material cost that exceeds the $2,500.00 direct material cost for trouble calls and preventive maintenance repairs. 150,000 DO $ 1.00 $150,000.00

14-20-2487 0200000-09, Page 11 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A704 WATER Performance of work not covered by the 717S SYSTEMS MAINT Recurring Work portion of the contract including the portion of repairs that exceeds the labor limitations of two hours for trouble calls and preventive maintenance repairs. Task order completion times will be specified 1,000 HR $ - on each order.

14-20-2487 0200000-09, Page 12 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A705 LOCKSMITH Performance of emergency locksmith services 717S on security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested. 30 EA $ - “Emergency Security Containers and Vaults” includes up to eight labor hours and up to $800.00 for parts and materials. The eight labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-09, Page 13 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A706 LOCKSMITH Performance of emergency locksmith 717S services on other than security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency 50 EA $ - situation is arrested.

“Emergency Services - Standard Services” includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-09, Page 14 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A707 LOCKSMITH Performance of locksmith services on 717S 1.0000 security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested. 15 EA $ 1.00 $15.00 “Routine Services - Security Containers and Vaults” includes up to eight labor hours and up to $1,000.00 for parts and materials. The eight labor hours includes: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-09, Page 15 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A708 LOCKSMITH Performance of locksmith services on other 717S than security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Standard Services” 200 EA $ - includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours includes: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-09, Page 16 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A709 LOCKSMITH Performance of repair work to accomplish a 717S task not covered by the Unit Priced Task Work (Non-Negotiated) line items and for the portion of labor that exceeds the labor limitations for trouble calls. Task order 80 LH $ - completion times will be specified on each order.

A710 LOCKSMITH Providing of key duplication services 717S (Negotiated). Services shall be same as available to the general public and prices shall be as low or lower than those charged the Contractor’s most favored customer 100 for comparable quantities under similar DO $ 1.00 $100.00 terms and conditions, in addition to any discounts for prompt payment.

A711 LOCKSMITH Parts and material cost in support of Unit 717S Priced Labor Work (Negotiated) and for the portion of parts and material cost that exceeds parts and material limitations for trouble calls. 1,000 DO $ 1.00 $1,000.00

14-20-2487 0200000-09, Page 17 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A712 OTHER Provide all other facility maintenance and 717S repair service labor not specifically covered in any other line item. Task order completion times will be specified on each order. 200 HR $ -

A713 OTHER Provide material, supplies and parts needed in 717S support of Unit Priced Labor Work 10,000 DO $ 1.00 $10,000.00 (Negotiated) in A712.

A714 HEMP Provide all labor to perform work not covered 717S 1.0000 by the Recurring Work portion of the contract. Task order completion times will be specified on each order. 150 HR $ 1.00 $150.00

A715 HEMP Provide all material, supplies and parts 717S needed in support of Unit Priced Labor Work (Negotiated) in A714. 15,000 DO $ 1.00 $15,000.00

A716 CAMP SMITH Provide all labor to perform work not covered 717S HIGH SECURITY by the Recurring Work portion of the contract. REVOLVING Task order completion times will be specified DOORS on each order. 300 HR $ -

14-20-2487 0200000-09, Page 18 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A717 CAMP SMITH Provide all material, supplies and parts 717S HIGH SECURITY needed in support of Unit Priced Labor Work REVOLVING (Negotiated) in A716. 3,000 DO $ 1.00 $3,000.00 DOORS

A718 CAMP SMITH Provide all labor to perform work not covered 717S HIGH SECURITY by the Recurring Work portion of the contract. CIRCLELOCK Task order completion times will be specified 300 HR $ - DOORS on each order.

A719 CAMP SMITH Provide all material, supplies and parts 717S HIGH SECURITY needed in support of Unit Priced Labor Work CIRCLELOCK (Negotiated) in A718. 3,000 DO $ 1.00 $3,000.00 DOORS

A720 PV SYSTEMS Provide all labor to perform work not covered 717S by the Recurring Work portion of the contract. Task order completion times will be specified 1,000 HR $ - on each order.

14-20-2487 0200000-09, Page 19 of 20 (Amendment No. 0003) ATTACHMENT 0200000-09 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT A - CLIN 9001 PRICE Enter proposed unit price in Line Item 0002 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs A700 through A725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

A721 PV SYSTEMS Provide all material, supplies and parts 717S needed in support of Unit Priced Labor Work 150,000 DO $ 1.00 $150,000.00 (Negotiated) in A720.

A722 Provide all labor to perform work not covered 717S by the Recurring Work portion of the contract. REVERSE Task order completion times will be specified OSMOSIS on each order. 300 HR $ - SYSTEMS

A723 Provide all material, supplies and parts 717S REVERSE needed in support of Unit Priced Labor Work OSMOSIS (Negotiated) in A722. 6,000 DO $ 1.00 $6,000.00 SYSTEMS

A724 Unit Priced Labor Modified API-653 in-service (not empty) 717S Work – Water inspection of above ground, steel, potable 2 EA $ - Storage Tank water tank IAW AWWA M42 standards Inspections A725 Parts and material cost in support of Unit 717S Equipment, Parts Priced Labor Work (Negotiated) and for and Materials – the portion of parts and material cost that 6,000 DO $ 1.00 $6,000.00 Water Storage exceeds parts and material limitation for Tanks trouble calls.

TOTAL LINE ITEMS ELINs A700 through A725 (Enter this amount into Section B, Item No. 0002, Net Amount)

14-20-2487 0200000-09, Page 20 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B001 CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE B001AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A B001AB Urgent Service Orders, Spec item 3.1.2 12 MO B001AC Routine Service Orders, Spec Item 3.1.3 12 MO B001AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A B001AE Reserved

B001AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-13 and 1502000-14

4Q B001AG Reserved

Subtotal - CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE

B002 CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE B002AA Emergency Service Orders, Spec Item 3.1.1 12 MO B002AB Urgent Service Orders, Spec item 3.1.2 12 MO B002AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-10, Page 1 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B002AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06 1A B002AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE

B003 CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain) B003AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A B003AB Urgent Service Orders, Spec item 3.1.2 12 MO B003AC Routine Service Orders, Spec Item 3.1.3 12 MO B003AD CNRH Memorial Fountain B-1695, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO B003AE CNRH Advanced SEAL Delivery System (ASDS) Facility, B-995, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05

12 MO Subtotal - CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain)

14-20-2487 0200000-10, Page 2 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B004 MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE B004AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A B004AB Urgent Service Orders, Spec item 3.1.2 12 MO B004AC Routine Service Orders, Spec Item 3.1.3 12 MO B004AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A B004AE Reserved

B004AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 4Q B004AG Reserved

Subtotal - MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE

B005 MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools) B005AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A B005AB Urgent Service Orders, Spec item 3.1.2 12 MO B005AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-10, Page 3 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B005AD CAMSMI Base Activity Swimming Pool B-125 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05 12 MO B005AE Manana Housing Area Swimming Pool and Wading Pool B-840 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO Subtotal - MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools)

B006 MWR WATER SYSTEMS MAINTENANCE (Swimming Pools) B006AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A B006AB Urgent Service Orders, Spec item 3.1.2 12 MO B006AC Routine Service Orders, Spec Item 3.1.3 12 MO B006AD MWR Arizona Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO B006AE MWR Hickam Family Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO B006AF MWR Hickam Training Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO

14-20-2487 0200000-10, Page 4 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B006AG MWR Scott Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AH MWR Towers Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AJ MWR Wahiawa Annex Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO Subtotal - MWR WATER SYSTEMS MAINTENANCE (Swimming Pools)

B007 NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE B007AA Emergency Service Orders, Spec Item 3.1.1 12 MO B007AB Urgent Service Orders, Spec item 3.1.2 12 MO B007AC Routine Service Orders, Spec Item 3.1.3 12 MO B007AD Radon Mitigation Systems, Inspections and Maintenance, Provide Inspections and Maintenance on Radon mitigation systems per Annex 1502000 Spec Item 3.5 and Attachment 1502000-08

12 MO Subtotal - NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE

B008 PACOM - HEMP HARDENED SHELTERS B008AA Emergency Service Orders, Spec Item 3.1.1 12 MO B008AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A

14-20-2487 0200000-10, Page 5 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B008AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A B008AD Provide HEMP Shelter Refurbishment Triannual (removal and replacement 3x per yr), IAW Annex 1502000 Spec Item 3.4.1 and Attachment 1502000-07

3T B008AE Provide Triannual Inspection Service 3x per yr IAW Annex 1502000 Spec Item 3.4.2 and Attachment 1502000-07

3T B008AF Provide Mechanical Corrosion Control Services 3x per yr IAW Annex 1502000 Spec Item 3.4.3 and Attachment 1502000-07

3T B008AG Provide HEMP Shelter Systematic Hardness Surveillance (HS), IAW Annex 1502000 Spec Item 3.4.4 and Attachment 1502000-07 three times per year. 3T B008AH Provide Reporting IAW Attachment 1502000-07 Para.3.6 3T B008AJ Provide HEMP Shelter Maintenance Reports IAW 1502000-07

3T B008AK Provide HEMP Shelter Maintenance Schedule IAW 1502000-07 3T Subtotal - PACOM - HEMP HARDENED SHELTERS

B009 PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 B009AA Emergency Service Orders, Spec Item 3.1.1 12 MO

14-20-2487 0200000-10, Page 6 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B009AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A B009AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A B009AD Circlelock Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA B009AE Revolving Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA Subtotal - PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 B010 PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

B010AA Emergency Service Orders, Spec Item 3.1.1 12 MO B010AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A B010AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-10, Page 7 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B010AD B-1704 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02. Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A B010AE Perform Semi-Annual Maintenance and exhaust filter servicing for Building 1701 and Building 1703 only IAW Annex 1502000 Spec Item 3.2.3 and Attachment 1502000-02 2SA B010AF B-1701 & 1703 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02 0 Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A Subtotal - PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

B011 PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE B011AA Emergency Service Orders, Spec Item 3.1.1 12 MO B011AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A B011AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-10, Page 8 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B011AD Perform Reverse Osmosis Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 1A B011AE Perform Reverse Osmosis Semi-Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 2SA B011AF Perform Reverse Osmosis Quarterly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 4Q B011AG Perform Reverse Osmosis Monthly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 12 MO Subtotal - PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE

B012 PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE B012AA Emergency Service Orders, Spec Item 3.1.1 12 MO B012AB Urgent Service Orders, Spec item 3.1.2 12 MO B012AC Routine Service Orders, Spec Item 3.1.3 12 MO B012AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06

1A

14-20-2487 0200000-10, Page 9 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in this Line Item 0003 Recurring Work - Option Year 1 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs B001 through B0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. B012AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE TOTAL PRICE FOR CONTRACT LINE ITEM 0003

14-20-2487 0200000-10, Page 10 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B700 FILTER MAINT Provide labor to perform all Unit Priced Labor 717S work subject to the Service Contract Labor Standards per the scope and delivery schedule specified in the order. 360 HR $ -

B701 FILTER MAINT Provide all materials and equipment to 717S perform Unit Priced Labor work per the scope and delivery schedule specified in the order. Use with ELIN A700 and A702. 40,000 DO $ 1.00 $40,000.00

B702 FILTER MAINT One Time - Facility Ventilation Intake & 717S Exhaust Filters & Dust Collector Filter Cartridges. Services equal to one regularly scheduled Recurring Work service. 2 EA $ -

14-20-2487 0200000-10, Page 11 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B703 WATER Direct material cost in support of Unit 717S SYSTEMS MAINT Priced Labor Work and for the portion of material cost that exceeds the $2,500.00 direct material cost for trouble calls and preventive maintenance repairs. 150,000 DO $ 1.00 $150,000.00

B704 WATER Performance of work not covered by the 717S SYSTEMS MAINT Recurring Work portion of the contract including the portion of repairs that exceeds the labor limitations of two hours for trouble calls and preventive maintenance repairs. Task order completion times will be specified 1,000 HR $ - on each order.

14-20-2487 0200000-10, Page 12 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B705 LOCKSMITH Performance of emergency locksmith services 717S on security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested. 30 EA $ - “Emergency Security Containers and Vaults” includes up to eight labor hours and up to $800.00 for parts and materials. The eight labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-10, Page 13 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B706 LOCKSMITH Performance of emergency locksmith 717S services on other than security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency 50 EA $ - situation is arrested.

“Emergency Services - Standard Services” includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-10, Page 14 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B707 LOCKSMITH Performance of locksmith services on 717S security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 15 EA $ - hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Security Containers and Vaults” includes up to eight labor hours and up to $1 000 00 for parts and

14-20-2487 0200000-10, Page 15 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B708 LOCKSMITH Performance of locksmith services on other 717S than security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Standard Services” 200 EA $ - includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours includes: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-10, Page 16 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B709 LOCKSMITH Performance of repair work to accomplish a 717S task not covered by the Unit Priced Task Work (Non-Negotiated) line items and for the 80 LH $ - portion of labor that exceeds the labor limitations for trouble calls. Task order B710 LOCKSMITH Providing of key duplication services 717S (Negotiated). Services shall be same as available to the general public and prices 100 DO $ 1.00 $100.00 shall be as low or lower than those charged the Contractor’s most favored customer for comparable quantities under similar terms B711 LOCKSMITH Parts and material cost in support of Unit 717S Priced Labor Work (Negotiated) and for the portion of parts and material cost that exceeds 1,000 DO $ 1.00 $1,000.00 parts and material limitations for trouble calls.

B712 OTHER Provide all other facility maintenance and 717S repair service labor not specifically covered in any other line item. Task order completion times will be specified on each order. 200 HR $ -

B713 OTHER Provide material, supplies and parts needed in 717S support of Unit Priced Labor Work 10,000 DO $ 1.00 $10,000.00 (Negotiated) in A712.

14-20-2487 0200000-10, Page 17 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B714 HEMP Provide all labor to perform work not covered 717S by the Recurring Work portion of the contract. Task order completion times will be specified on each order. 150 HR $ -

B715 HEMP Provide all material, supplies and parts needed 717S in support of Unit Priced Labor Work (Negotiated) in A714. 15,000 DO $ 1.00 $15,000.00

B716 CAMP SMITH Provide all labor to perform work not covered 717S HIGH SECURITY by the Recurring Work portion of the contract. REVOLVING Task order completion times will be specified DOORS on each order. 300 HR $ -

B717 CAMP SMITH Provide all material, supplies and parts needed 717S HIGH SECURITY in support of Unit Priced Labor Work REVOLVING (Negotiated) in A716. 3,000 DO $ 1.00 $3,000.00 DOORS

14-20-2487 0200000-10, Page 18 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B718 CAMP SMITH Provide all labor to perform work not covered 717S HIGH SECURITY by the Recurring Work portion of the contract. CIRCLELOCK Task order completion times will be specified 300 HR $ - DOORS on each order.

B719 CAMP SMITH Provide all material, supplies and parts needed 717S HIGH SECURITY in support of Unit Priced Labor Work CIRCLELOCK (Negotiated) in A718. 3,000 DO $ 1.00 $3,000.00 DOORS

B720 PV SYSTEMS Provide all labor to perform work not covered 717S by the Recurring Work portion of the contract. Task order completion times will be specified 1,000 HR $ - on each order.

B721 PV SYSTEMS Provide all material, supplies and parts needed 717S in support of Unit Priced Labor Work 150,000 DO $ 1.00 $150,000.00 (Negotiated) in A720.

B722 Provide all labor to perform work not covered 717S by the Recurring Work portion of the contract. REVERSE Task order completion times will be specified OSMOSIS on each order. 300 HR $ - SYSTEMS

14-20-2487 0200000-10, Page 19 of 20 (Amendment No. 0003) ATTACHMENT 0200000-10 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT B - CLIN 9001 PRICE Enter proposed unit price in Line Item 0004 Nonrecurring Work Price - Option Period 1 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs B700 through B725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Unit Price Extended Price IMAP CAC PRICE cell rounded Issue to two decimal places.

B723 Provide all material, supplies and parts needed 717S REVERSE in support of Unit Priced Labor Work OSMOSIS (Negotiated) in A722. 6,000 DO $ 1.00 $6,000.00 SYSTEMS

B724 Modified API-653 in-service (not empty) 717S Unit Priced Labor inspection of above ground, steel, potable Work – Water water tank IAW AWWA M42 standards 2 EA $ - Storage Tank Inspections

B725 Parts and material cost in support of Unit 717S Equipment, Parts Priced Labor Work (Negotiated) and for and Materials – the portion of parts and material cost that 6,000 DO $ 1.00 $6,000.00 Water Storage exceeds parts and material limitation for Tanks trouble calls.

TOTAL LINE ITEMS ELINs B700 through B725 (Enter this amount into Section B, Item No. 0004, Net Amount)

14-20-2487 0200000-10, Page 20 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C001 CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE C001AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A C001AB Urgent Service Orders, Spec item 3.1.2 12 MO C001AC Routine Service Orders, Spec Item 3.1.3 12 MO C001AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A C001AE Provide Biennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A C001AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-13 and 1502000-14

4Q C001AG Reserved

Subtotal - CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE

C002 CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE C002AA Emergency Service Orders, Spec Item 3.1.1 12 MO C002AB Urgent Service Orders, Spec item 3.1.2 12 MO C002AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-11, Page 1 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C002AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06 1A C002AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE

C003 CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain) C003AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A C003AB Urgent Service Orders, Spec item 3.1.2 12 MO C003AC Routine Service Orders, Spec Item 3.1.3 12 MO C003AD CNRH Memorial Fountain B-1695, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO C003AE CNRH Advanced SEAL Delivery System (ASDS) Facility, B-995, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05

12 MO Subtotal - CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain)

14-20-2487 0200000-11, Page 2 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C004 MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE C004AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A C004AB Urgent Service Orders, Spec item 3.1.2 12 MO C004AC Routine Service Orders, Spec Item 3.1.3 12 MO C004AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A C004AE Provide Biennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 1A C004AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 4Q C004AG Reserved

Subtotal - MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE

C005 MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools) C005AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A C005AB Urgent Service Orders, Spec item 3.1.2 12 MO C005AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-11, Page 3 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C005AD CAMSMI Base Activity Swimming Pool B-125 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05 12 MO C005AE Manana Housing Area Swimming Pool and Wading Pool B-840 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO Subtotal - MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools)

C006 MWR WATER SYSTEMS MAINTENANCE (Swimming Pools) C006AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A C006AB Urgent Service Orders, Spec item 3.1.2 12 MO C006AC Routine Service Orders, Spec Item 3.1.3 12 MO C006AD MWR Arizona Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO C006AE MWR Hickam Family Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO C006AF MWR Hickam Training Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO

14-20-2487 0200000-11, Page 4 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C006AG MWR Scott Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AH MWR Towers Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AJ MWR Wahiawa Annex Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO Subtotal - MWR WATER SYSTEMS MAINTENANCE (Swimming Pools)

C007 NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE C007AA Emergency Service Orders, Spec Item 3.1.1 12 MO C007AB Urgent Service Orders, Spec item 3.1.2 12 MO C007AC Routine Service Orders, Spec Item 3.1.3 12 MO C007AD Radon Mitigation Systems, Inspections and Maintenance, Provide Inspections and Maintenance on Radon mitigation systems per Annex 1502000 Spec Item 3.5 and Attachment 1502000-08

12 MO Subtotal - NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE

C008 PACOM - HEMP HARDENED SHELTERS C008AA Emergency Service Orders, Spec Item 3.1.1 12 MO C008AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A

14-20-2487 0200000-11, Page 5 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C008AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A C008AD Provide HEMP Shelter Refurbishment Triannual (removal and replacement 3x per yr), IAW Annex 1502000 Spec Item 3.4.1 and Attachment 1502000-07

3T C008AE Provide Triannual Inspection Service 3x per yr IAW Annex 1502000 Spec Item 3.4.2 and Attachment 1502000-07

3T C008AF Provide Mechanical Corrosion Control Services 3x per yr IAW Annex 1502000 Spec Item 3.4.3 and Attachment 1502000-07

3T C008AG Provide HEMP Shelter Systematic Hardness Surveillance (HS), IAW Annex 1502000 Spec Item 3.4.4 and Attachment 1502000-07 three times per year. 3T C008AH Provide Reporting IAW Attachment 1502000-07 Para.3.6 3T C008AJ Provide HEMP Shelter Maintenance Reports IAW 1502000-07

3T C008AK Provide HEMP Shelter Maintenance Schedule IAW 1502000-07 3T Subtotal - PACOM - HEMP HARDENED SHELTERS

C009 PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 C009AA Emergency Service Orders, Spec Item 3.1.1 12 MO

14-20-2487 0200000-11, Page 6 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C009AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A C009AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A C009AD Circlelock Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA C009AE Revolving Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA Subtotal - PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 C010 PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

C010AA Emergency Service Orders, Spec Item 3.1.1 12 MO C010AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A C010AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-11, Page 7 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C010AD B-1704 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02. Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A C010AE Perform Semi-Annual Maintenance and exhaust filter servicing for Building 1701 and Building 1703 only IAW Annex 1502000 Spec Item 3.2.3 and Attachment 1502000-02 2SA C010AF B-1701 & 1703 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02 0 Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A Subtotal - PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

C011 PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE C011AA Emergency Service Orders, Spec Item 3.1.1 12 MO C011AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A C011AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-11, Page 8 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C011AD Perform Reverse Osmosis Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 1A C011AE Perform Reverse Osmosis Semi-Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 2SA C011AF Perform Reverse Osmosis Quarterly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 4Q C011AG Perform Reverse Osmosis Monthly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 12 MO Subtotal - PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE

C012 PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE C012AA Emergency Service Orders, Spec Item 3.1.1 12 MO C012AB Urgent Service Orders, Spec item 3.1.2 12 MO C012AC Routine Service Orders, Spec Item 3.1.3 12 MO C012AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06

1A

14-20-2487 0200000-11, Page 9 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in this Line Item 0005 Recurring Work - Option Year 2 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs C001 through C0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. C012AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE TOTAL PRICE FOR CONTRACT LINE ITEM 0005

14-20-2487 0200000-11, Page 10 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C700 FILTER MAINT Provide labor to perform all Unit Priced Labor work 717S subject to the Service Contract Labor Standards per the scope and delivery schedule specified in the order. 360 HR $ -

C701 FILTER MAINT Provide all materials and equipment to perform Unit 717S Priced Labor work per the scope and delivery schedule specified in the order. Use with ELIN A700 and A702. 40,000 DO $ 1.00 $40,000.00

C702 FILTER MAINT One Time - Facility Ventilation Intake & Exhaust 717S Filters & Dust Collector Filter Cartridges. Services equal to one regularly scheduled Recurring Work service. 2 EA $ -

14-20-2487 0200000-11, Page 11 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C703 WATER SYSTEMS Direct material cost in support of Unit Priced 717S MAINT Labor Work and for the portion of material cost that exceeds the $2,500.00 direct material cost for trouble calls and preventive maintenance repairs. 150,000 DO $ 1.00 $150,000.00

C704 WATER SYSTEMS Performance of work not covered by the Recurring 717S MAINT Work portion of the contract including the portion of repairs that exceeds the labor limitations of two hours for trouble calls and preventive maintenance repairs. Task order completion times will be specified on each order. 1,000 HR $ -

14-20-2487 0200000-11, Page 12 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C705 LOCKSMITH Performance of emergency locksmith services on 717S security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested.

“Emergency Security Containers and Vaults” includes up to eight labor hours and up to $800.00 30 EA $ - for parts and materials. The eight labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-11, Page 13 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C706 LOCKSMITH Performance of emergency locksmith services on 717S other than security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested. 50 EA $ - “Emergency Services - Standard Services” includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-11, Page 14 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C707 LOCKSMITH Performance of locksmith services on security 717S containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and 15 EA $ - holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Security Containers and Vaults” includes up to eight labor hours and up to $1,000.00 for parts and materials. The eight labor hours includes: productive labor hours

14-20-2487 0200000-11, Page 15 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C708 LOCKSMITH Performance of locksmith services on other than 717S security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Standard Services” includes 200 EA $ - up to four labor hours and up to $500.00 for parts and materials. The four labor hours includes: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-11, Page 16 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C709 LOCKSMITH Performance of repair work to accomplish a task 717S not covered by the Unit Priced Task Work (Non- Negotiated) line items and for the portion of labor that exceeds the labor limitations for trouble calls. Task order completion times will be specified on 80 LH $ - each order.

C710 LOCKSMITH Providing of key duplication services 717S (Negotiated). Services shall be same as available to the general public and prices shall be as low or lower than those charged the Contractor’s most favored customer for comparable 100 DO $ 1.00 $100.00 quantities under similar terms and conditions, in addition to any discounts for prompt payment.

C711 LOCKSMITH Parts and material cost in support of Unit Priced 717S Labor Work (Negotiated) and for the portion of parts and material cost that exceeds parts and 1,000 DO $ 1.00 $1,000.00 material limitations for trouble calls.

14-20-2487 0200000-11, Page 17 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C712 OTHER Provide all other facility maintenance and repair 717S service labor not specifically covered in any other line item. Task order completion times will be specified on each order. 200 HR $ -

C713 OTHER Provide material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in 10,000 DO $ 1.00 $10,000.00 A712.

C714 HEMP Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task order completion times will be specified on each order. 150 HR $ -

C715 HEMP Provide all material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in A714. 15,000 DO $ 1.00 $15,000.00

C716 CAMP SMITH HIGH Provide all labor to perform work not covered by 717S SECURITY the Recurring Work portion of the contract. Task REVOLVING order completion times will be specified on each DOORS order. 300 HR $ -

14-20-2487 0200000-11, Page 18 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C717 CAMP SMITH HIGH Provide all material, supplies and parts needed in 717S SECURITY support of Unit Priced Labor Work (Negotiated) in REVOLVING A716. 3,000 DO $ 1.00 $3,000.00 DOORS

C718 CAMP SMITH HIGH Provide all labor to perform work not covered by 717S SECURITY the Recurring Work portion of the contract. Task CIRCLELOCK order completion times will be specified on each 300 HR $ - DOORS order.

C719 CAMP SMITH HIGH Provide all material, supplies and parts needed in 717S SECURITY support of Unit Priced Labor Work (Negotiated) in CIRCLELOCK A718. 3,000 DO $ 1.00 $3,000.00 DOORS

C720 PV SYSTEMS Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task order completion times will be specified on each 1,000 HR $ - order.

C721 PV SYSTEMS Provide all material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in 150,000 DO $ 1.00 $150,000.00 A720.

14-20-2487 0200000-11, Page 19 of 20 (Amendment No. 0003) ATTACHMENT 0200000-11 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT C - CLIN 9002 PRICE Enter proposed unit price in Line Item 0006 Nonrecurring Work Price - Option Period 2 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs C700 through C725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

C722 Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task REVERSE OSMOSIS order completion times will be specified on each 300 HR $ - SYSTEMS order.

C723 Provide all material, supplies and parts needed in 717S REVERSE OSMOSIS support of Unit Priced Labor Work (Negotiated) in 6,000 DO $ 1.00 $6,000.00 SYSTEMS A722.

C724 Modified API-653 in-service (not empty) 717S Unit Priced Labor inspection of above ground, steel, potable water Work – Water tank IAW AWWA M42 standards 2 EA $ - Storage Tank Inspections

C725 Parts and material cost in support of Unit Priced 717S Equipment, Parts Labor Work (Negotiated) and for the portion of and Materials – parts and material cost that exceeds parts and 6,000 DO $ 1.00 $6,000.00 Water Storage material limitation for trouble calls. Tanks

TOTAL LINE ITEMS ELINs C700 through C725 (Enter this amount into Section B, Item No. 0006, Net Amount)

14-20-2487 0200000-11, Page 20 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D001 CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE D001AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A D001AB Urgent Service Orders, Spec item 3.1.2 12 MO D001AC Routine Service Orders, Spec Item 3.1.3 12 MO D001AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A D001AE Reserved

D001AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-13 and 1502000-14

4Q D001AG Reserved

Subtotal - CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE

D002 CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE D002AA Emergency Service Orders, Spec Item 3.1.1 12 MO D002AB Urgent Service Orders, Spec item 3.1.2 12 MO D002AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-12, Page 1 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D002AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06 1A D002AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE

D003 CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain) D003AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A D003AB Urgent Service Orders, Spec item 3.1.2 12 MO D003AC Routine Service Orders, Spec Item 3.1.3 12 MO D003AD CNRH Memorial Fountain B-1695, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO D003AE CNRH Advanced SEAL Delivery System (ASDS) Facility, B-995, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05

12 MO Subtotal - CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain)

14-20-2487 0200000-12, Page 2 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D004 MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE D004AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A D004AB Urgent Service Orders, Spec item 3.1.2 12 MO D004AC Routine Service Orders, Spec Item 3.1.3 12 MO D004AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A D004AE Reserved

D004AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 4Q D004AG Reserved

Subtotal - MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE

D005 MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools) D005AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A D005AB Urgent Service Orders, Spec item 3.1.2 12 MO D005AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-12, Page 3 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D005AD CAMSMI Base Activity Swimming Pool B-125 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05 12 MO D005AE Manana Housing Area Swimming Pool and Wading Pool B-840 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO Subtotal - MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools)

D006 MWR WATER SYSTEMS MAINTENANCE (Swimming Pools) D006AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A D006AB Urgent Service Orders, Spec item 3.1.2 12 MO D006AC Routine Service Orders, Spec Item 3.1.3 12 MO D006AD MWR Arizona Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO D006AE MWR Hickam Family Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO D006AF MWR Hickam Training Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO

14-20-2487 0200000-12, Page 4 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D006AG MWR Scott Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AH MWR Towers Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AJ MWR Wahiawa Annex Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO Subtotal - MWR WATER SYSTEMS MAINTENANCE (Swimming Pools)

D007 NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE D007AA Emergency Service Orders, Spec Item 3.1.1 12 MO D007AB Urgent Service Orders, Spec item 3.1.2 12 MO D007AC Routine Service Orders, Spec Item 3.1.3 12 MO D007AD Radon Mitigation Systems, Inspections and Maintenance, Provide Inspections and Maintenance on Radon mitigation systems per Annex 1502000 Spec Item 3.5 and Attachment 1502000-08

12 MO Subtotal - NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE

D008 PACOM - HEMP HARDENED SHELTERS D008AA Emergency Service Orders, Spec Item 3.1.1 12 MO D008AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A

14-20-2487 0200000-12, Page 5 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D008AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A D008AD Provide HEMP Shelter Refurbishment Triannual (removal and replacement 3x per yr), IAW Annex 1502000 Spec Item 3.4.1 and Attachment 1502000-07

3T D008AE Provide Triannual Inspection Service 3x per yr IAW Annex 1502000 Spec Item 3.4.2 and Attachment 1502000-07

3T D008AF Provide Mechanical Corrosion Control Services 3x per yr IAW Annex 1502000 Spec Item 3.4.3 and Attachment 1502000-07

3T D008AG Provide HEMP Shelter Systematic Hardness Surveillance (HS), IAW Annex 1502000 Spec Item 3.4.4 and Attachment 1502000-07 three times per year. 3T D008AH Provide Reporting IAW Attachment 1502000-07 Para.3.6 3T D008AJ Provide HEMP Shelter Maintenance Reports IAW 1502000-07

3T D008AK Provide HEMP Shelter Maintenance Schedule IAW 1502000-07 3T Subtotal - PACOM - HEMP HARDENED SHELTERS

D009 PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 D009AA Emergency Service Orders, Spec Item 3.1.1 12 MO

14-20-2487 0200000-12, Page 6 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D009AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A D009AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A D009AD Circlelock Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA D009AE Revolving Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA Subtotal - PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 D010 PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

D010AA Emergency Service Orders, Spec Item 3.1.1 12 MO D010AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A D010AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-12, Page 7 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D010AD B-1704 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02. Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A D010AE Perform Semi-Annual Maintenance and exhaust filter servicing for Building 1701 and Building 1703 only IAW Annex 1502000 Spec Item 3.2.3 and Attachment 1502000-02 2SA D010AF B-1701 & 1703 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02 0 Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A Subtotal - PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

D011 PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE D011AA Emergency Service Orders, Spec Item 3.1.1 12 MO D011AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A D011AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-12, Page 8 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D011AD Perform Reverse Osmosis Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 1A D011AE Perform Reverse Osmosis Semi-Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 2SA D011AF Perform Reverse Osmosis Quarterly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 4Q D011AG Perform Reverse Osmosis Monthly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 12 MO Subtotal - PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE

D012 PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE D012AA Emergency Service Orders, Spec Item 3.1.1 12 MO D012AB Urgent Service Orders, Spec item 3.1.2 12 MO D012AC Routine Service Orders, Spec Item 3.1.3 12 MO D012AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06

1A

14-20-2487 0200000-12, Page 9 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in this Line Item 0007 Recurring Work - Option Year 3 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs D001 through D0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. D012AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE TOTAL PRICE FOR CONTRACT LINE ITEM 0007

14-20-2487 0200000-12, Page 10 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D700 FILTER MAINT Provide labor to perform all Unit Priced Labor work 717S subject to the Service Contract Labor Standards per the scope and delivery schedule specified in the order. 360 HR $ -

D701 FILTER MAINT Provide all materials and equipment to perform Unit 717S Priced Labor work per the scope and delivery schedule specified in the order. Use with ELIN A700 and A702. 40,000 DO $ 1.00 $40,000.00

D702 FILTER MAINT One Time - Facility Ventilation Intake & Exhaust 717S Filters & Dust Collector Filter Cartridges. Services equal to one regularly scheduled Recurring Work service. 2 EA $ -

14-20-2487 0200000-12, Page 11 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D703 WATER SYSTEMS Direct material cost in support of Unit Priced 717S MAINT Labor Work and for the portion of material cost that exceeds the $2,500.00 direct material cost for trouble calls and preventive maintenance repairs. 150,000 DO $ 1.00 $150,000.00

D704 WATER SYSTEMS Performance of work not covered by the Recurring 717S MAINT Work portion of the contract including the portion of repairs that exceeds the labor limitations of two hours for trouble calls and preventive maintenance repairs. Task order completion times will be specified on each order. 1,000 HR $ -

14-20-2487 0200000-12, Page 12 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D705 LOCKSMITH Performance of emergency locksmith services on 717S security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested.

“Emergency Security Containers and Vaults” includes up to eight labor hours and up to $800.00 30 EA $ - for parts and materials. The eight labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-12, Page 13 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D706 LOCKSMITH Performance of emergency locksmith services on 717S other than security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested. 50 EA $ - “Emergency Services - Standard Services” includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-12, Page 14 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D707 LOCKSMITH Performance of locksmith services on security 717S containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and 15 EA $ - holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Security Containers and Vaults” includes up to eight labor hours and up to $1,000.00 for parts and materials. The eight labor hours includes: productive labor hours

14-20-2487 0200000-12, Page 15 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D708 LOCKSMITH Performance of locksmith services on other than 717S security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Standard Services” includes 200 EA $ - up to four labor hours and up to $500.00 for parts and materials. The four labor hours includes: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-12, Page 16 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D709 LOCKSMITH Performance of repair work to accomplish a task 717S not covered by the Unit Priced Task Work (Non- Negotiated) line items and for the portion of labor that exceeds the labor limitations for trouble calls. Task order completion times will be specified on 80 LH $ - each order.

D710 LOCKSMITH Providing of key duplication services 717S (Negotiated). Services shall be same as available to the general public and prices shall be as low or lower than those charged the Contractor’s most favored customer for comparable 100 DO $ 1.00 $100.00 quantities under similar terms and conditions, in addition to any discounts for prompt payment.

D711 LOCKSMITH Parts and material cost in support of Unit Priced 717S Labor Work (Negotiated) and for the portion of parts and material cost that exceeds parts and 1,000 DO $ 1.00 $1,000.00 material limitations for trouble calls.

14-20-2487 0200000-12, Page 17 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D712 OTHER Provide all other facility maintenance and repair 717S service labor not specifically covered in any other line item. Task order completion times will be specified on each order. 200 HR $ -

D713 OTHER Provide material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in 10,000 DO $ 1.00 $10,000.00 A712.

D714 HEMP Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task order completion times will be specified on each order. 150 HR $ -

D715 HEMP Provide all material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in A714. 15,000 DO $ 1.00 $15,000.00

D716 CAMP SMITH HIGH Provide all labor to perform work not covered by 717S SECURITY the Recurring Work portion of the contract. Task REVOLVING order completion times will be specified on each DOORS order. 300 HR $ -

14-20-2487 0200000-12, Page 18 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D717 CAMP SMITH HIGH Provide all material, supplies and parts needed in 717S SECURITY support of Unit Priced Labor Work (Negotiated) in REVOLVING A716. 3,000 DO $ 1.00 $3,000.00 DOORS

D718 CAMP SMITH HIGH Provide all labor to perform work not covered by 717S SECURITY the Recurring Work portion of the contract. Task CIRCLELOCK order completion times will be specified on each 300 HR $ - DOORS order.

D719 CAMP SMITH HIGH Provide all material, supplies and parts needed in 717S SECURITY support of Unit Priced Labor Work (Negotiated) in CIRCLELOCK A718. 3,000 DO $ 1.00 $3,000.00 DOORS

D720 PV SYSTEMS Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task order completion times will be specified on each 1,000 HR $ - order.

D721 PV SYSTEMS Provide all material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in 150,000 DO $ 1.00 $150,000.00 A720.

14-20-2487 0200000-12, Page 19 of 20 (Amendment No. 0003) ATTACHMENT 0200000-12 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT D - CLIN 9003 PRICE Enter proposed unit price in Line Item 0008 Nonrecurring Work Price - Option Period 3 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs D700 through D725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

D722 Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task REVERSE OSMOSIS order completion times will be specified on each 300 HR $ - SYSTEMS order.

D723 Provide all material, supplies and parts needed in 717S REVERSE OSMOSIS support of Unit Priced Labor Work (Negotiated) in 6,000 DO $ 1.00 $6,000.00 SYSTEMS A722.

D724 Modified API-653 in-service (not empty) 717S Unit Priced Labor inspection of above ground, steel, potable water Work – Water tank IAW AWWA M42 standards 2 EA $ - Storage Tank Inspections

D725 Parts and material cost in support of Unit Priced 717S Equipment, Parts Labor Work (Negotiated) and for the portion of and Materials – parts and material cost that exceeds parts and 6,000 DO $ 1.00 $6,000.00 Water Storage material limitation for trouble calls. Tanks

TOTAL LINE ITEMS ELINs D700 through D725 (Enter this amount into Section B, Item No. 0008, Net Amount)

14-20-2487 0200000-12, Page 20 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E001 CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE E001AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A E001AB Urgent Service Orders, Spec item 3.1.2 12 MO E001AC Routine Service Orders, Spec Item 3.1.3 12 MO E001AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A E001AE Provide Biennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A E001AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-13 and 1502000-14

4Q E001AG Reserved

Subtotal - CNRH PHOTOVOLTAIC SYSTEMS MAINTENANCE

E002 CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE E002AA Emergency Service Orders, Spec Item 3.1.1 12 MO E002AB Urgent Service Orders, Spec item 3.1.2 12 MO E002AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-13, Page 1 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E002AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06 1A E002AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - CNRH SOLAR HOT WATER SYSTEMS MAINTENANCE

E003 CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain) E003AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A E003AB Urgent Service Orders, Spec item 3.1.2 12 MO E003AC Routine Service Orders, Spec Item 3.1.3 12 MO E003AD CNRH Memorial Fountain B-1695, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO E003AE CNRH Advanced SEAL Delivery System (ASDS) Facility, B-995, Provide recurring maintenance IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05

12 MO Subtotal - CNRH WATER SYSTEMS MAINTENANCE (Swimming Pools and Water Fountain)

14-20-2487 0200000-13, Page 2 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E004 MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE E004AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A E004AB Urgent Service Orders, Spec item 3.1.2 12 MO E004AC Routine Service Orders, Spec Item 3.1.3 12 MO E004AD Provide Annual Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11

1A E004AE Provide Biennial Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 1A E004AF Provide Quarterly Maintenance per Annex 1502000 Spec Item 3.7 and Attachments 1502000-10 and 1502000-11 4Q E004AG Reserved

Subtotal - MCBH PHOTOVOLTAIC SYSTEMS MAINTENANCE

E005 MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools) E005AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A E005AB Urgent Service Orders, Spec item 3.1.2 12 MO E005AC Routine Service Orders, Spec Item 3.1.3 12 MO

14-20-2487 0200000-13, Page 3 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E005AD CAMSMI Base Activity Swimming Pool B-125 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000-04 and 1502000-05 12 MO E005AE Manana Housing Area Swimming Pool and Wading Pool B-840 IAW Annex 1502000 Spec Item 3.3.1 and Attachments 1502000- 04 and 1502000-05 12 MO Subtotal - MCBH WATER SYSTEMS MAINTENANCE (Swimming Pools)

E006 MWR WATER SYSTEMS MAINTENANCE (Swimming Pools) E006AA Emergency Service Orders, Spec Item 3.1.1 N/A N/A N/A N/A E006AB Urgent Service Orders, Spec item 3.1.2 12 MO E006AC Routine Service Orders, Spec Item 3.1.3 12 MO E006AD MWR Arizona Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO E006AE MWR Hickam Family Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO E006AF MWR Hickam Training Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO

14-20-2487 0200000-13, Page 4 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E006AG MWR Scott Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AH MWR Towers Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO A006AJ MWR Wahiawa Annex Pool, Provide recurring maintenance IAW Attachments 1502000-04 and 1502000-05 and Annex 1502000 Spec Item 3.3.1 12 MO Subtotal - MWR WATER SYSTEMS MAINTENANCE (Swimming Pools)

E007 NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE E007AA Emergency Service Orders, Spec Item 3.1.1 12 MO E007AB Urgent Service Orders, Spec item 3.1.2 12 MO E007AC Routine Service Orders, Spec Item 3.1.3 12 MO E007AD Radon Mitigation Systems, Inspections and Maintenance, Provide Inspections and Maintenance on Radon mitigation systems per Annex 1502000 Spec Item 3.5 and Attachment 1502000-08

12 MO Subtotal - NAVFAC EV- RADON MITIGATING SYSTEMS MAINTENANCE

E008 PACOM - HEMP HARDENED SHELTERS E008AA Emergency Service Orders, Spec Item 3.1.1 12 MO E008AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A

14-20-2487 0200000-13, Page 5 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E008AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A E008AD Provide HEMP Shelter Refurbishment Triannual (removal and replacement 3x per yr), IAW Annex 1502000 Spec Item 3.4.1 and Attachment 1502000-07

3T E008AE Provide Triannual Inspection Service 3x per yr IAW Annex 1502000 Spec Item 3.4.2 and Attachment 1502000-07

3T E008AF Provide Mechanical Corrosion Control Services 3x per yr IAW Annex 1502000 Spec Item 3.4.3 and Attachment 1502000-07

3T E008AG Provide HEMP Shelter Systematic Hardness Surveillance (HS), IAW Annex 1502000 Spec Item 3.4.4 and Attachment 1502000-07 three times per year. 3T E008AH Provide Reporting IAW Attachment 1502000-07 Para.3.6 3T E008AJ Provide HEMP Shelter Maintenance Reports IAW 1502000-07

3T E008AK Provide HEMP Shelter Maintenance Schedule IAW 1502000-07 3T Subtotal - PACOM - HEMP HARDENED SHELTERS

E009 PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 E009AA Emergency Service Orders, Spec Item 3.1.1 12 MO

14-20-2487 0200000-13, Page 6 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E009AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A E009AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A E009AD Circlelock Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA E009AE Revolving Door - Provide Semi-Annual Inspections, Repairs, and all Maintenance required to satisfy equipment warranties and keep installed equipment and systems in normal working condition IAW Annex 1502000 Spec Item 3.6 and Attachment 1502000-09

2SA Subtotal - PACOM - HIGH SECURITY DOORS - CAMP H.M. SMITH BUILDING 700 E010 PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

E010AA Emergency Service Orders, Spec Item 3.1.1 12 MO E010AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A E010AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-13, Page 7 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E010AD B-1704 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02. Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A E010AE Perform Semi-Annual Maintenance and exhaust filter servicing for Building 1701 and Building 1703 only IAW Annex 1502000 Spec Item 3.2.3 and Attachment 1502000-02 2SA E010AF B-1701 & 1703 - Perform Annual Maintenance and Filter Servicing IAW Annex 1502000 Spec Item 3.2.2 and Attachment 1502000-02 0 Perform Jobsite Clean up IAW Annex 1502000 Spec Item 3.2.1.2. Perform all record and record keeping requirements

1A Subtotal - PHNSY - STEELGRIT, ALUMINUM OXIDE AND ABRASIVE BLAST DUST COLLECTORS SCHEDULED SERVICING

E011 PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE E011AA Emergency Service Orders, Spec Item 3.1.1 12 MO E011AB Urgent Service Orders, Spec item 3.1.2 N/A N/A N/A N/A E011AC Routine Service Orders, Spec Item 3.1.3 N/A N/A N/A N/A

14-20-2487 0200000-13, Page 8 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E011AD Perform Reverse Osmosis Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 1A E011AE Perform Reverse Osmosis Semi-Annual Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 2SA E011AF Perform Reverse Osmosis Quarterly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 4Q E011AG Perform Reverse Osmosis Monthly Maintenance IAW Annex 1502000 Spec Item 3.8 and Attachments 1502000-12 and 1502000- 13 12 MO Subtotal - PHNSY - REVERSE OSMOSIS SYSTEMS MAINTENANCE

E012 PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE E012AA Emergency Service Orders, Spec Item 3.1.1 12 MO E012AB Urgent Service Orders, Spec item 3.1.2 12 MO E012AC Routine Service Orders, Spec Item 3.1.3 12 MO E012AD SHW Annual Cleaning, Provide Testing, Inspection, and Cleaning IAW Annex 1502000 Spec Item 3.3.2.1 and Attachments 1502000- 04 and 1502000-06

1A

14-20-2487 0200000-13, Page 9 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in this Line Item 0009 Recurring Work - Option Year 4 column. Price will PROVIDE PRICES FOR FACILITY INVESTMENT - RECURRING WORK - IN ACCORDANCE WITH SPEC ITEM 3 automatically copy to ELINs E001 through E0012 the UNIT PRICE cell ELIN /Sub Description Quantity Unit of Unit Price Total CAC rounded to two decimal ELIN Issue places. E012AE SHW Semi Annual Maintenance and Repair. Provide recurring maintenance and repair services per Annex 1502000 Spec Item 3.3.2.2 and Attachments 1502000-04 and 1502000-06.

2SA Subtotal - PHNSY - SOLAR HOT WATER SYSTEMS MAINTENANCE TOTAL PRICE FOR CONTRACT LINE ITEM 0009

14-20-2487 0200000-13, Page 10 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E700 FILTER MAINT Provide labor to perform all Unit Priced Labor work 717S subject to the Service Contract Labor Standards per the scope and delivery schedule specified in the order. 360 HR $ -

E701 FILTER MAINT Provide all materials and equipment to perform Unit 717S Priced Labor work per the scope and delivery schedule specified in the order. Use with ELIN A700 and A702. 40,000 DO $ 1.00 $40,000.00

E702 FILTER MAINT One Time - Facility Ventilation Intake & Exhaust 717S Filters & Dust Collector Filter Cartridges. Services equal to one regularly scheduled Recurring Work service. 2 EA $ -

14-20-2487 0200000-13, Page 11 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E703 WATER SYSTEMS Direct material cost in support of Unit Priced 717S MAINT Labor Work and for the portion of material cost that exceeds the $2,500.00 direct material cost for trouble calls and preventive maintenance repairs. 150,000 DO $ 1.00 $150,000.00

E704 WATER SYSTEMS Performance of work not covered by the Recurring 717S MAINT Work portion of the contract including the portion of repairs that exceeds the labor limitations of two hours for trouble calls and preventive maintenance repairs. Task order completion times will be specified on each order. 1,000 HR $ -

14-20-2487 0200000-13, Page 12 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E705 LOCKSMITH Performance of emergency locksmith services on 717S security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested.

“Emergency Security Containers and Vaults” includes up to eight labor hours and up to $800.00 30 EA $ - for parts and materials. The eight labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-13, Page 13 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E706 LOCKSMITH Performance of emergency locksmith services on 717S other than security containers and vaults. The Government will issue oral orders and followed by the electronic order within 48 hours.

Respond to emergency trouble calls within two hours after receipt of a trouble call. Two hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. Complete work within 48 hours from the time service is first requested. Work continuously until the emergency situation is arrested. 50 EA $ - “Emergency Services - Standard Services” includes up to four labor hours and up to $500.00 for parts and materials. The four labor hours include: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-13, Page 14 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E707 LOCKSMITH Performance of locksmith services on security 717S containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and 15 EA $ - holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Security Containers and Vaults” includes up to eight labor hours and up to $1,000.00 for parts and materials. The eight labor hours includes: productive labor hours

14-20-2487 0200000-13, Page 15 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E708 LOCKSMITH Performance of locksmith services on other than 717S security containers and vaults.

Respond to service trouble calls within 48 hours. 48 hours is calculated from the time service is first requested to time when qualified personnel arrives at the job site capable of performing the requested service. The 48 hours is based on a 24 hours per day clock, excluding weekend and holiday hours of 12:01 am till 12:00 midnight. Complete work within 96 hours from the time service is first requested.

“Routine Services - Standard Services” includes 200 EA $ - up to four labor hours and up to $500.00 for parts and materials. The four labor hours includes: productive labor hours expended at the site for the performance of the work and standby time (i.e. waiting for activity escorts for secured areas).

14-20-2487 0200000-13, Page 16 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E709 LOCKSMITH Performance of repair work to accomplish a task 717S not covered by the Unit Priced Task Work (Non- Negotiated) line items and for the portion of labor that exceeds the labor limitations for trouble calls. Task order completion times will be specified on 80 LH $ - each order.

E710 LOCKSMITH Providing of key duplication services 717S (Negotiated). Services shall be same as available to the general public and prices shall be as low or lower than those charged the Contractor’s most favored customer for comparable 100 DO $ 1.00 $100.00 quantities under similar terms and conditions, in addition to any discounts for prompt payment.

E711 LOCKSMITH Parts and material cost in support of Unit Priced 717S Labor Work (Negotiated) and for the portion of parts and material cost that exceeds parts and 1,000 DO $ 1.00 $1,000.00 material limitations for trouble calls.

14-20-2487 0200000-13, Page 17 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E712 OTHER Provide all other facility maintenance and repair 717S service labor not specifically covered in any other line item. Task order completion times will be specified on each order. 200 HR $ -

E713 OTHER Provide material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in 10,000 DO $ 1.00 $10,000.00 A712.

E714 HEMP Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task order completion times will be specified on each order. 150 HR $ -

E715 HEMP Provide all material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in A714. 15,000 DO $ 1.00 $15,000.00

E716 CAMP SMITH HIGH Provide all labor to perform work not covered by 717S SECURITY the Recurring Work portion of the contract. Task REVOLVING order completion times will be specified on each DOORS order. 300 HR $ -

14-20-2487 0200000-13, Page 18 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E717 CAMP SMITH HIGH Provide all material, supplies and parts needed in 717S SECURITY support of Unit Priced Labor Work (Negotiated) in REVOLVING A716. 3,000 DO $ 1.00 $3,000.00 DOORS

E718 CAMP SMITH HIGH Provide all labor to perform work not covered by 717S SECURITY the Recurring Work portion of the contract. Task CIRCLELOCK order completion times will be specified on each 300 HR $ - DOORS order.

E719 CAMP SMITH HIGH Provide all material, supplies and parts needed in 717S SECURITY support of Unit Priced Labor Work (Negotiated) in CIRCLELOCK A718. 3,000 DO $ 1.00 $3,000.00 DOORS

E720 PV SYSTEMS Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task order completion times will be specified on each 1,000 HR $ - order.

E721 PV SYSTEMS Provide all material, supplies and parts needed in 717S support of Unit Priced Labor Work (Negotiated) in 150,000 DO $ 1.00 $150,000.00 A720.

14-20-2487 0200000-13, Page 19 of 20 (Amendment No. 0003) ATTACHMENT 0200000-13 EXHIBIT LINE ITEM NUMBERS OFFERER SOLICITATION/CONTRACT #RFP No. N62478-20-R-2487 PROPOSED UNIT EXHIBIT E - CLIN 9004 PRICE Enter proposed unit price in Line Item 00010 Nonrecurring Work Price - Option Period 4 this column. Price PROVIDE PRICES TO PERFORM NONRECURRING WORK IN ACCORDANCE WITH SPEC ITEM 4 will automatically ELINs E700 through E725 copy to the UNIT ELIN Description Description Extended Est. Qty Unit of Issue Unit Price Extended Price IMAP CAC PRICE cell rounded to two decimal places.

E722 Provide all labor to perform work not covered by 717S the Recurring Work portion of the contract. Task REVERSE OSMOSIS order completion times will be specified on each 300 HR $ - SYSTEMS order.

E723 Provide all material, supplies and parts needed in 717S REVERSE OSMOSIS support of Unit Priced Labor Work (Negotiated) in 6,000 DO $ 1.00 $6,000.00 SYSTEMS A722.

E724 Modified API-653 in-service (not empty) 717S Unit Priced Labor inspection of above ground, steel, potable water Work – Water tank IAW AWWA M42 standards 2 EA $ - Storage Tank Inspections

E725 Parts and material cost in support of Unit Priced 717S Equipment, Parts Labor Work (Negotiated) and for the portion of and Materials – parts and material cost that exceeds parts and 6,000 DO $ 1.00 $6,000.00 Water Storage material limitation for trouble calls. Tanks

TOTAL LINE ITEMS ELINs E700 through E725 (Enter this amount into Section B, Item No. 00010, Net Amount)

14-20-2487 0200000-13, Page 20 of 20 (Amendment No. 0003) ATTACHMENT 1502000-06 SOLAR HOT WATER SYSTEMS MAINTENANCE REQUIREMENTS

The data in this attachment is for information only. It is not considered sufficiently accurate for bidding purposes by itself, but is included to indicate the approximate volume of work that has been performed in the past and is not to be construed as a limiting factor to services performed in the future.

Scheduling for performance and access to Solar Hot Water Systems shall be coordinated with the Facilities Operations Specialist (FOS) and Building Manager. Upon completion of maintenance, ensure Solar Hot Water System is back online and fully functional. Correct all maintenance discrepancies and repairs and Report all maintenance discrepancies and repairs to the FOS and Building Manager.

MAINTENANCE REQUIRMENTS FOR SOLAR HOT WATER SYSTEMS

DESCRIPTION FREQUENCY Inspect system performance SA – Semiannual Inspect system components SA – Semiannual Clean system components as needed to achieve maximum performance SA – Semiannual Inspect system for leakage, repair as required SA – Semiannual Purge air from system SA – Semiannual Inspect system operation during a “Call for heat” SA – Semiannual Inspect and compare operation to temperature settings and set points SA – Semiannual Inspect the operation of the solar pump, ensure the unit is operating smoothly and per SA – Semiannual manufacturer specifications and start-up data. Flush the solar collectors using fresh water SA – Semiannual Inspect the solar collectors for leakage and damage SA – Semiannual Clean the face of the Solar Collectors SA – Semiannual Inspect and replace as required all Solar Collector pressure relief valves, ensure pressure SA – Semiannual relief valves are Watts 3L and operate properly and as expected. Replace as required Vent or remove all trapped air from the Solar Collectors SA – Semiannual Inspect and test temperature sensors, compare to start-up data, replace as required SA – Semiannual Inspect mounts for signs degradation SA – Semiannual Inspect insulation, replace all worn insulation SA – Semiannual Adjust the system as needed to achieve maximum performance and longevity SA – Semiannual Repair system components as needed SA – Semiannual Replace system components as needed SA – Semiannual Maintain a maintenance log listing performance levels and noting any issues discovered SA – Semiannual Log any repairs including parts repaired, parts replaced, and parts that should be replaced to SA – Semiannual maximize system performance

14-20-2487 1502000-06, Page 1 of 1 (Amendment No. 0003)

ATTACHMENT 1502000-10 PHOTOVOLTAIC SYSTEMS INVENTORY

The data in this attachment is for information only. It is not considered sufficiently accurate for bidding purposes by itself, but is included to indicate the approximate volume of work that has been performed in the past and is not to be construed as a limiting factor to services performed in the future. NON-SHIPYARD PV SYSTEMS INVENTORY Building Number System Size (kW No. of Panels Panel Model No. of Inverters Inverter Model Mounting DC) B76 35.28 144 SolarWorld SW- 1 Satcon PowerGate Roof 245 Mono Plus 30kW B570 49.98 196 Suniva OPT60-4- 1 Advanced Energy Roof 1B0 PVP-50 B654 250.04 1064 SolarWorld SW- 2 SatCon PVS-100 Roof 235 Mono Satcon PVS-135 B1338 409.92 1464 SunTech STP280 4 PV Powered PVP- Roof 100 PV Powered PVP- 75 B1684 378.35 1610 SolarWorld SW- 2 Satcon PowerGate Roof 235 Mono Plus 250kW Satcon PowerGate Plus 100kW B2155H 88.2 420 Evergreen Solar 11 SMA Sunny Boy Roof ES-A-210-FA2 7000 B434 69.96 264 SolarWorld SW- 4 Solectria PVI-15 Roof/Carport 265 Mono B150 108.57 462 SolarWorld SW- 1 Solectria PVI-95 Roof 235 Mono B930 201.57 744 SoloPower SFX3- 14 Satcon PowerGate Roof/Carport i230 135kW (2ea.) 136 SoloPower SFX1- SMA Sunny Boy i75 4000 (6ea.) 270 SoloPower SFX1- SMA Sunny Boy i75 7000 (6ea.) B-930 Total Panels = 1150 B1050H 58.59 279 Evergreen Solar 7 SMA Sunny Boy Roof ES-A-210-FA2 7000 B631 852.1 3626 SolarWorld SW- 2 SatCon PVS-500 Roof 235 Mono Solectria SGI-266

14-20-2487 1502000-10, Page 1 of 4 (Amendment No. 0003)

ATTACHMENT 1502000-10 PHOTOVOLTAIC SYSTEMS INVENTORY

NON-SHIPYARD PV SYSTEMS INVENTORY (continued) Building Number System Size (DC No. of Panels Panel Model No. of Inverters Inverter Model Mounting kW) B166 40.5 180 REC Solar 1 SatCon PVS-50 Roof REC225PE B35 30 120 Navajo Universal 120 Enphase M215W Carport UHC-250P6-6100 Microinverter

SHIPYARD PV SYSTEMS INVENTORY Building Number System Size (DC No. of Panels Panel Model No. of Inverters Inverter Model Mounting kW) B1916 98.56 352 SunTech STP-280 1 SatCon PowerGate Roof Plus 100kW B9 57.55 176 Sunpower SPR- 3 ABB TRIO-20.0- Roof E20-327 TL-OUTD-S1-US

MCBH CAMP H.M. SMITH PV SYSTEMS INVENTORY Building Number System Size (DC No. of Panels Panel Model No. of Inverters Inverter Model Mounting kW) B80 24.84 108 Grape Solar CS-P- 3 SMA SUNNY Roof 230-DJ BOY 7000US-12 B615 114.75 450 LG MonoX 5 SMA SUNNY Roof LG255S1C-G3 TRIPOWER 24000TL-US B615 79.56 312 LG MonoX 4 SMA SUNNY Carport (B687) LG255S1C-G3 TRIPOWER 20000TL-US B615 67.32 264 LG MonoX 4 SMA SUNNY Carport (B688) LG255S1C-G3 TRIPOWER 20000TL-US

14-20-2487 1502000-10, Page 2 of 4 (Amendment No. 0003)

ATTACHMENT 1502000-10 PHOTOVOLTAIC SYSTEMS INVENTORY

MCBH KANEOHE BAY PV SYSTEMS INVENTORY Building Number System Size (DC No. of Panels Panel Model No. of Inverters Inverter Model Mounting kW) 271 32 90 Hyundai HIS- 2 Fronius 15.0-3 208 Roof S355RI 1033 30 112 SOLOPOWER 1 PV Power BIPV Rooftop (roof SoloPanel SFX3-i tiles) 7245 126.41 477 Suniva Opt265-60- 5 SMA STP PV Carport 4-1B0 20000TL-US-10 6842 154.1 460 Mission Solar 6 STP 20000TL-US- PV Rooftop + MSE335SO4J 10 Carport 6874 53.25 150 Hyundai HiS- 2 Fronius 24.0-3 480 PV Rooftop S335TI 7220 467.04 2443 Kyocera 1 Solectra SGI- PV Carport KD240GX-LPB 500KW 7221 – 7227 90.72 380 Kyocera 1 Solectra SGI- PV Rooftop KD240GC-LPB 500KW

7251 56.7 162 Mission Solar 2 Sunny Tripower PV Rooftop MSE350SQ6S 24000TL-US 268 26 396 BP Solar roof Tile 3 Sunny Boy, SB BIPV Rooftop (roof Modules - BP 365 7000US tiles) 6900 4.91 15 SunPower SPR- 1 SolarEdge PV Rooftop E20-327-COM SE5000A-US 6822 174.72 994 Suniva Panels 2 Unknown PV Roof and Model OPT-60 Carport 6823 491.4 1890 Suniva OPT-260- 2 Solectria SGI PV Roof and 60-4-100 225KW Carport 6801 17.28 63 Sharp ND240QCJ 63 Enphase M215-60- PV Rooftop 2LL-S24 6802 15.12 72 Sharp ND240QCJ 72 Enphase M215-60- PV Rooftop 2LL-S24 6814 61.6 220 Hyundai HIS- 2 Fronius 24.0-3 480 PV Rooftop S280RG (Black)

14-20-2487 1502000-10, Page 3 of 4 (Amendment No. 0003)

ATTACHMENT 1502000-10 PHOTOVOLTAIC SYSTEMS INVENTORY

MCBH KANEOHE BAY PV SYSTEMS INVENTORY (continued) Building Number System Size (DC No. of Panels Panel Model No. of Inverters Inverter Model Mounting kW) 6886 89.32 308 Sunmodule Plus 3 SMA Sunny PV Rooftop SWA 290 Mono Tripower 30000TL- Black US

14-20-2487 1502000-10, Page 4 of 4 (Amendment No. 0003)

ATTACHMENT 1502000-11 PHOTOVOLTAIC SYSTEMS MAINTENANCE REQUIREMENTS

The list below is not intended to comprehensively describe, define, or otherwise limit the items in this contract. The Contractor shall perform work according to OEM requirements and the requirements of the contract.

REQUIRED MAINTENANCE DESCRIPTION FREQUENCY Visual inspection of entire system (Inverters, panels, conductor/conduit, etc…) Quarterly Ensure breakers and fuses are in working condition and alert the KO/COR if a replacement is Quarterly needed. Check inverter fans for proper operation and clean inverter cabinets Quarterly Function check inverter AC and DC disconnects Quarterly Record inverter/electric meter PV electricity production (KWH) Quarterly Remove debris on panels that adversely affect panel performance. Quarterly Repair broken panels. Alert the KO/COR if a replacement is needed. Quarterly Ensure proper signage is in place Quarterly Ensure inverter/junction box/combiner box integrity (check and verify water tight) Quarterly Check for animal infestation (Alert PAR/COR for all pest and animal infestation) Quarterly Ensure safety hazards are annotated and repaired Quarterly Perform a full system inspection documenting any maintenance proposals1 Annually1 Test Fuses1 Annually1 Inspect all piping and fittings1 Annually1 Clean and perform thermal imaging scan of all panels1 Annually1 Test string voltage and measure Irradiance1 Biennial (Once every two years)1 Full system cleaning1 Biennial (Once every two years)1 Inspect conduit and conductor and alert KO/COR if repair or replacement is needed1 Quinquennial (Once every 5 years)1

1Shall be performed concurrently with one scheduled quarterly maintenance performance.

14-20-2487 1502000-11, Page 1 of 1 (Amendment No. 0003)

ATTACHMENT 1502000-12 REVERSE OSMOSIS SYSTEMS INVENTORY

Warranty Under Location Bldg. No. Equipment Manufacturer Model Serial No. Date Installed Expiration

Warranty Y/N Date PHNSY B149 Reverse Osmosis (RO-1) Water Works Drawing # WW-PEA-0717 Pearl Harbor RO 1 Jun-18 N Jun-19 PHNSY B149 Reverse Osmosis (RO-2) Water Works Drawing # WW-PEA-0717 Pearl Harbor RO 2 Jun-18 N Jun-19 PHNSY B149 Electrodeionization (EDI-1) Electropure XL-400- R 12990 Jun-18 N Jun-19 PHNSY B149 Electrodeionization (EDI-2) Electropure XL-400- R 12346 Jun-18 N Jun-19

NOTE:

Reverse Osmosis production and quality requirements. Two RO systems at 6.0 gallons per minute each for a total of 12 gallons per minute.

14-20-2487 1502000-12, Page 1 of 1 (Amendment No. 0003)

ATTACHMENT 1502000-13

RECOMMENDED REVERSE OSMOSIS SYSTEM PREVENTIVE MAINTENANCE

Service Type Manufacturer Part Number Quantity Unit Frequency Replace RO Pre-filters 5.0 Microns, 20" length Big Blue Hytrex LD05-20 2 EA Monthly Replace Resin Trap Filter 1.0 Microns, 20" length Big Blue Hytrex LD01-20 1 EA Annually11 Replace RO Membrane 8" X 40" Thin Film Composite Element; 10,500 GPD Toray TM820V-400 2 EA Annually11 Regenerate Mixed Bed Tanks Regeneration of 3.6 cubic-feet ResinTech MBD-10 - - 4 EA Monthly Clean RO System - High/Low pH Using Avista L607 & L403 Cleaners - - 1 HR 6 Months11 Clean RO System - Biological Using Minncare Cleaner - - 1 HR Annually11 System Service Check Following 44 Point Service Check - - 1.5 HR Monthly See note 3 3.6 Mixed Bed Tank Regen.3 RGMB360 4 EA 4 Months11 See note 4 3.6 Carbon Regeneration4 RGCA360 2 EA Annually11 See note 5 5 Mic 20" R.O. PreFilters5 LD0520 2 EA Monthly See note 6 5 Mic 10" Resin Trap Filter6 LD0510 1 EA Annually11 See note 7 8" X 40 TFC elements 10,500 GPD7 4040ACM2 2 EA As Needed11 See note 8 High/Low pH Cleaning of R.O.8 ROCLEAN 1 EA Annually11 See note 9 Biological Cleaning of R.O.9 BIOCLEAN 1 EA Annually11 See note 10 System Service Check Labor10 TECHLBR 4 EA 4 Months11

Emergency Response1 Labor - ERLABOR 1 hour As Needed11

After hours Emergency Response2 Labor - AHLABOR 1 hour As Needed11

1 Respond to emergency requirements within one hour after notification during normal duty hours. 2 Respond to emergency requirements within two hours after notification after normal duty hours. 3. Regeneration of Mixed Bed Tanks is the recharging of the portable exchange of D.I. tanks that make up the system by having then brought to the D.I. water regeneration facility where the resin is removed and ran through a variety of chemical processes over two days that remove dissolved solids and restores the cylinders to an effective ion exchangers. 4. Regeneration of Activated Carbon is the removal of the old carbon and replacing it with the new carbon this work will be done at a D.I. water regeneration facility. 5. Mic 20” R.O. Prefilters is the replacement of the old filters with new filters. 6. Mic 10” R.O. Prefilters is the replacement of the old filters with new filters. 7. 8” X 40 TFC elements 10,500 GPD is the replacement on the quality falls below 92% rejection on the R.O. membranes this will be done as an as needed timeframe. 8. High/Low pH Cleaning of R.O. removes the accumulated minerals and scale on the membranes in order to preserve and extend their life and is done annually. 9. Biological Cleaning of R.O. kills accumulated biological material such as bacteria on the membranes in order to preserve and extend their life and is done annually. 10. System Service Check is a service technician going through the entire system and checking that the pressures, flow and that quality readings are within the parameters of system design, as well as checking the system logs and going over any discrepancies with the operators. 11Shall be performed concurrently with regular scheduled Monthly maintenance performance.

14-20-2487 1502000-13, Page 1 of 1 (Amendment No. 0003)