department of the army seattle district, … cab... · department of the army seattle district,...

43
DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS SPECIAL PROJECTS BRANCH CONTRACTING PO BOX 610 DUPONT, WASHINGTON 98327-0610 W912DW-14-T-7014 REPLY TO ATTENTION OF Contracting Division Special Projects Branch 14 August 2014 Kevin Slattery, Cherokee General Corporation, 33810 Weyerhaeuser Way S Ste 100, Federal Way, WA 98001; Email: [email protected] ; [email protected] ; [email protected] ; [email protected] ; [email protected] , Phone Number: (253) 344-5302. (Contract Number: W912DW-14-D-1002) Patty Candiotta, Pease Construction Inc., 3815 100 th St SW, STE 3A, Lakewood, WA 98499; Email: [email protected] ; [email protected] ; [email protected] ; [email protected] ; [email protected] , Phone Number (253) 584-6606. (Contract Number: W912DW-14-D-1003) Kaleo Nawahine, Performance Systems, Inc., 200 W 1 st ST, STE A, Fruitland, ID 83619; Email: [email protected] ; [email protected] ; [email protected] , Phone Number (208) 452-2930. (Contract Number: W912DW-14-D-1004) Matthew Daggett, Alutiiq-Mele LLC, 3909 Arctic Blvd STE 400, Anchorage, AK 99503; Email: [email protected] ; [email protected] , Phone Number (907) 223-9037 (Contract Number: W912DW-14-D-1005) Gordon Pease, Pease & Sons, 10601 Waller Rd E, Tacoma, WA 98466; Email: [email protected] ; [email protected] ; [email protected] ; [email protected]; Phone Number (253) 531-7700. (Contract Number: W912DW-14-D-1006) SUBJECT: Request for Proposal (RFP) No. W912DW-14-T-7014, entitled, “16 th CAB Hangar Refurbishment Bldgs 3036 & 3063, JBLM, WA. Dear MATOC Contractors: Please reference your Multiple Award Task Order Contract (MATOC) numbers W912DW-14-D-1002, W912DW-14-D-1003, W912DW-14-D-1004, W912DW-14-D-1005 and W912DW-14-D-1006 entitled “$100M Small Business Set-Aside MATOC for Multi-Disciplinary Maintenance, Repair, Construction and Incidental Design Work for Joint Base Lewis-McChord and its Sub-Installations and Other Customers Supported by the Seattle District Corps of Engineers”. This is an Official Request for Proposal (RFP) Number W912DW-14-T-7014, for project entitled, “16 th CAB Hangar Refurbishment, Bldgs 3036 & 3063, JBLM, WA.” The RFP for this project consists of the following documents as enclosed: 1. Evaluation Criteria (3 pages) 2. ProjNet-Bid sm Instructions (1 page) 3. Bid Schedule (2 pages) 4. Statement of Work, dated 12 August 2014 (30 pages) 5. Spec 01 22 00.00 10 Measurement and Payment (4 pages)

Upload: hahuong

Post on 09-Apr-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS

SPECIAL PROJECTS BRANCH CONTRACTING PO BOX 610

DUPONT, WASHINGTON 98327-0610

W912DW-14-T-7014

REPLY TO ATTENTION OF Contracting Division Special Projects Branch 14 August 2014 Kevin Slattery, Cherokee General Corporation, 33810 Weyerhaeuser Way S Ste 100, Federal Way, WA 98001; Email: [email protected]; [email protected]; [email protected]; [email protected]; [email protected] , Phone Number: (253) 344-5302. (Contract Number: W912DW-14-D-1002) Patty Candiotta, Pease Construction Inc., 3815 100th St SW, STE 3A, Lakewood, WA 98499; Email: [email protected]; [email protected]; [email protected]; [email protected]; [email protected], Phone Number (253) 584-6606. (Contract Number: W912DW-14-D-1003) Kaleo Nawahine, Performance Systems, Inc., 200 W 1st ST, STE A, Fruitland, ID 83619; Email: [email protected]; [email protected]; [email protected] , Phone Number (208) 452-2930. (Contract Number: W912DW-14-D-1004) Matthew Daggett, Alutiiq-Mele LLC, 3909 Arctic Blvd STE 400, Anchorage, AK 99503; Email: [email protected]; [email protected] , Phone Number (907) 223-9037 (Contract Number: W912DW-14-D-1005) Gordon Pease, Pease & Sons, 10601 Waller Rd E, Tacoma, WA 98466; Email: [email protected]; [email protected]; [email protected]; [email protected]; Phone Number (253) 531-7700. (Contract Number: W912DW-14-D-1006) SUBJECT: Request for Proposal (RFP) No. W912DW-14-T-7014, entitled, “16th CAB Hangar

Refurbishment Bldgs 3036 & 3063, JBLM, WA. Dear MATOC Contractors: Please reference your Multiple Award Task Order Contract (MATOC) numbers W912DW-14-D-1002, W912DW-14-D-1003, W912DW-14-D-1004, W912DW-14-D-1005 and W912DW-14-D-1006 entitled “$100M Small Business Set-Aside MATOC for Multi-Disciplinary Maintenance, Repair, Construction and Incidental Design Work for Joint Base Lewis-McChord and its Sub-Installations and Other Customers Supported by the Seattle District Corps of Engineers”. This is an Official Request for Proposal (RFP) Number W912DW-14-T-7014, for project entitled, “16th CAB Hangar Refurbishment, Bldgs 3036 & 3063, JBLM, WA.” The RFP for this project consists of the following documents as enclosed:

1. Evaluation Criteria (3 pages) 2. ProjNet-Bidsm Instructions (1 page) 3. Bid Schedule (2 pages) 4. Statement of Work, dated 12 August 2014 (30 pages) 5. Spec 01 22 00.00 10 Measurement and Payment (4 pages)

ncook
Rectangle

W912DW-14-T-7014

6. The following technical drawings, specifications, and attachments will be provided on CD) A. Design Drawings and Existing As-built ‘Reference’ Drawings B. Technical Specifications that supersede Base MATOC Specs C. 4288 – Submittal Register D. Hazmat Surveys for BLDG 3036 E. Hazmat Surveys for BLDG 3063

It is your responsibility to distribute copies of the solicitation to plan centers and subcontractors. All requests for plans and specifications received in this office will be referred to you. Your proposal is due not later than 2:00 p.m. (local time) on 10 September 2014. Proposals are to be submitted electronically to the following email address: [email protected]. Bid Guarantees (Bid Bonds) may also be submitted electronically in conjunction with the proposal submission, however; a hard copy of the bid Guarantee (bid bond) with original signatures must be received in this office NLT 2:30 p.m. local time the following work day. Any file over 8MBs will be rejected by the Government system. All files exceeding 8 MBs must be submitted via an electronic disc (CD or DVD). You may deliver the disc or send it via FEDEX, UPS or other commercial carrier to the following address: USACE Contracting - Special Projects Branch Attn: Kate Schollard, Room 337 2015 N. 4th & Pendleton Joint Base Lewis-McChord 98433 * Please note that USPS will not deliver to this building. You are advised that the late proposal provisions as specified in Federal Acquisition Regulation (FAR) Clause 52.215-1 “Instruction to Offerors – Competitive Acquisition” are in full force and effect. LATE PROPOSALS WILL NOT BE ACCEPTED. A site survey and visit is scheduled for 09:00 a.m. (local time) on Friday, 15 August 2014, at the airfield gate closest to Hanger 3063, Joint Base Lewis-McChord. Directions are as follows: Enter Main Gate, Exit 120. Proceed south and make a Left on Stryker Ave, then Left on 16th Street. Proceed across Airport Road to parking lot area near Building 3263. Please refer to your contract details concerning security requirements and installation access. Technical questions will not be addressed during the site visit. All questions must be posted via the ProjNet website as discussed later in this RFP. Bidder inquiries will only be accepted up to 5 days prior to proposal due date. The magnitude of construction for this project is estimated at above $10, 000,000. Liquidated damages for this project will be assessed at $1546.00 per day. Please note that Department of Labor (DOL) Davis-Bacon Wage Determination WA140038, Mod 4, date 4/11/2014 is applicable for this project. There are no Buy American Act waivers applicable to this project. You must ensure that the materials used by your firm meets all Buy American Act requirements, based upon the following conditions, as outlined in the Base Contract:

W912DW-14-T-7014

If the price proposed for this task order, to include both the Base and Option Item is less than $7,777,000.00, FAR 52.225-9 Buy American Act – Construction Materials, will apply to the life of the task order, regardless of any increase in task order price due to modifications. 

If the price proposed for this task order, to include both the Base and Option Item is between $7,777,000 and $10,074,261.99 or more, FAR 52.225-11 (Buy American Act – Construction Materials Under Trade Agreements (Nov 2012) Alternate I (Mar 2012) will apply to the life of the task order, regardless of any increase in task order price due to modifications..

If the price proposed for this task order, to include both the Base and Option Item is $10,074,262.00 or more, FAR 52.225-11 (Buy American Act – Construction Materials Under Trade Agreements) will apply to the life of the task order, regardless of any increase in task order price due to modifications..

Should any materials used in the construction effort be outside of the requirements of this clause, you must notify the Contracting Officer via Projnet regarding this issue.

Award of this Task Order will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Price will be evaluated for fairness and reasonableness through the use of a price analysis. Pricing will also be checked for unbalancing of line items. The contents of your proposal must include the following:

1. Cover letter signed by an official authorized to bind your firm, stating that your offer has an

acceptance period of 90 calendar days from the date of signed offer and acknowledging all amendments by number and date of issuance.

2. Bid schedule filled out in its entirety.

3. Documentation responding to the attached Evaluation Criteria. 4. Bid Guarantee (Standard Form 24), in accordance with the Base Contract, Section 00 73 00, Paragraph 3.

Note: Bid Bonds are due at the time of proposal submission. Performance and Payment Bonds (Standard Form 25A) and Proof of Insurance are required to be submitted within 10 calendar days after award of any Task Order in accordance with Section 00 73 00, Paragraph 3 of the base contract.

Any questions regarding the technical aspects of this project must be submitted through ProjNet-Bidsm at https://www.projnet.org. To access the website for the first time and/or to post your technical questions, refer to the ProjNet-Bidsm instructions contained in this RFP package. Any administrative or contractual questions relating to this RFP may be addressed to Kate Schollard, Contract Specialist, at (253) 966-4369 or via email at [email protected]. The last day to submit PROJnet questions will be the September 3nd 2014 by 2:00 p.m. local time unless changed via an amendment to the solicitation. Sincerely, Brindle T. Summers Enclosures as stated Contracting Officer

Page 1 of 3 

 

DESCRIPTION OF PROPOSAL EVALUATION CRITERIA BASIS FOR AWARD: Award of this task order will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the Non-Cost Factors. Award will be made using the following criteria: Non cost Factors A and B will be rated on an “acceptable” or “unacceptable” rating using the ratings in Table A below.

NON-COST FACTOR A – KEY PERSONNEL FLIGHT LINE EXPERIENCE

1) Offerors shall submit documentation to reflect flight line experience by a member of their key personnel, which can be the proposed on-site Superintendent, on-site QC Manager, on-site Safety Manager, OR a safety consultant. To be considered acceptable, the offeror shall demonstrate that the individual has successfully served as an on-site Superintendent, on-site QC Manager, or on-site Safety Manager on a project greater than $1,000,000 that required storing construction materials on-site, and was either on or adjacent to an active flight line. Documentation must show that the individual served in one of the aforementioned roles during the entire project (mobilization to de-mobilization).

Documentation shall include a brief resume describing the individual’s project experience, to include the following information:

a. Name of the Proposed Individual

b. Role proposed for this Hangar 3036/3063 project

c. The name, location, and point of contact information of the customer;

d. Title of the project, and brief description of the project completed, to include the value of the project, the types/quantities of construction materials stored, and evidence/description of the project as being on or adjacent to an active flight line;

e. Role of the individual during performance of the project submitted;

f. The mobilization and de-mobilization dates of the project (Month/Year), and;

g. The mobilization and de-mobilization dates that the individual served in the role stated.

TABLE A: Non-Cost Factor A and B Evaluation Ratings

Rating Description

Acceptable Proposal clearly meets the minimum requirements of the solicitation.

Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.

Page 2 of 3 

 

Evaluation Method: Evaluation will be on an “Acceptable” or “Unacceptable” basis. The Government will assign an “acceptable” rating if the offeror demonstrates meeting or exceeding all of the minimum requirements identified in Paragraphs 1 above. The Government may evaluate “Successful” installation and/or confirm the project information by verifying with the points of contact provided that the project was completed as required.

NON-COST FACTOR B – KEY PERSONNEL CLEAR SPAN BUILDING EXPERIENCE

2) Offerors shall submit documentation to reflect clear span building experience by a member of their key personnel, which can be the proposed Project Manager, on-site Superintendent, on-site QC Manager, or on-site Safety Manager. To be considered acceptable, the offeror shall demonstrate that the individual has successfully served as a Project Manager, on-site Superintendent, on-site QC Manager, or on-site Safety Manager on a project that required the construction or renovation of a facility with a clear span opening of a minimum of 75-feet (no mid-span support between exterior walls). Documentation must show that the individual served in one of the aforementioned roles during the entire project (mobilization to de-mobilization).

Documentation shall include a brief resume describing the individual’s project experience, to include the following information:

a. Name of the Proposed Individual

b. Role proposed for this Hangar 3036/3063 project

c. The name, location, and point of contact information of the customer;

d. Title of the project, and brief description of the project completed, to include the type of facility constructed/renovated as well as the length of the clear span opening (from wall to wall);

e. Role of the individual during performance of the project submitted;

f. The mobilization and de-mobilization dates of the project (Month/Year), and;

g. The mobilization and de-mobilization dates that the individual served in the role stated.

Evaluation Method: Evaluation will be on an “Acceptable” or “Unacceptable” basis. The Government will assign an “acceptable” rating if the offeror demonstrates meeting or exceeding all of the minimum requirements identified in Paragraphs 2 above. The Government may evaluate “Successful” installation and/or confirm the project information by verifying with the points of contact provided that the project was completed as required.

Note: Please be advised that the Key Personnel you propose MUST be the ones assigned to the task order. If any Key Personnel become unavailable, you will be required to submit a substitute with qualifications meeting or exceeding the minimum requirements defined in Non-Cost Factors A & B above. Failure to provide a substitute within a reasonable time could result in the Contracting Officer issuing a suspension of work.

Page 3 of 3 

 

NON-COST FACTOR C. PAST PERFORMANCE OF THE PRIME CONTRACTOR

Offerors need not submit any additional documentation for this factor. The Past Performance Information Retrieval System (PPIRS) (www.ppirs.gov) database will be searched for past performance information for recent projects for each offeror, however, the Government reserves the right to obtain past performance information from any other sources available to include, but not limited to, interviews with Program Managers, Contracting Officers, and the Defense Contract Management Agency (DCMA). Construction Contractor Appraisal Support System (CCASS) evaluations are included in PPIRS.

Evaluation Method: There are two aspects to the past performance evaluation. The first is to evaluate the offeror’s past performance to determine how relevant a recent effort accomplished by the offeror is to the effort to be acquired through the source selection. “Recent” is defined as “completed within the past six (6) years from the date on which the solicitation is issued.” “Relevant” is defined as “Construction projects ranging in size from $4M to $15M.” The Government will review the available past performance information and will only consider performance evaluations of those projects considered recent and relevant. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. Past performance will be rated on an “acceptable” or “unacceptable” basis using the ratings in Table B below: TABLE B - Past Performance Evaluation Ratings

Rating Description

Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown.

Unacceptable Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

In the case of an offeror without a record of past performance for recent and relevant projects or for whom information on past performance is not available, or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror will be assigned a rating of “acceptable”

FACTOR D – PRICE

Offerors shall submit pricing on the attached ‘Bid Schedule’.

The Government will evaluate the total price of all CLINS, including Options. Pricing will not be rated nor scored, but will be evaluated for fairness and reasonableness through the use of a price analysis.

ProjNet-Bidsm

INSTRUCTIONS FOR SUBMITTING TECHNICAL INQUIRIES

RFP Number W912DW-14-T-7014 “16TH CAB HANGAR REFURBISHMENT BLDGS. 3036 & 3063, JBLM, WA.

All inquiries regarding this solicitation are to be submitted via ProjNet-Bidsm. Telephone and email inquiries will not be accepted. ProjNet-Bidsm is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. ProjNet-Bidsm can be accessed through ProjNetsm at https://www.projnet.org To access the ProjNet-Bidsm website the first time: 1) Click the Quick Add menu in the upper right. 2) Enter the following information for access: 2.a) Select USACE as the Agency. 2.b) Input BID Key: G9992P-3ZAUY9 2.c) Your email address. 3) Enter valid business contact information (e.g. First and Last Name, Company name, city and

state, phone number, email address). (Required on first project only.) 4) Establish Secret Question and Answer which will be used as a password (required on first

project only). 5) For subsequent access use your email address, the Key and response to the Secret Question

to access the ProjNet-BID Module. 6) Submit technical questions by clicking Post a New Inquiry. When an answer is posted to a

question, the question and answer is then available for all other bidders to review. 7) For questions about ProjNet-BID, please contact the Call Center help desk toll free at 1-

800-428-HELP (4357), which operates from 8AM to 5PM (Central US time zone). No inquiries will be accepted after 2 p.m. Pacific Time on the fifth business day preceding the solicitation due date. All bidders will be held to have reviewed the questions and responses in ProjNet-Bidsm prior to bid submission. All changes to this solicitation will be issued as an official modification.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

W912DW-14-T-7014 Page 1

BID SCHEDULE

Item No.

Description of Item

Qty

Unit

Unit Price

Amount

BASE ITEMS

0001 Building 3036 Renovation

000101 Repair Work (K) All work complete in accordance with the drawings and specifications, including communications outlets and distribution pathways, but not including the work indicated or specified under 000102 thru 000103, or unit price items.

1 Job LS $________

0000102

New Work (L) Provision of all work for the following, complete in accordance with the drawings and specifications, including all associated work: Lightning Protection System Concrete pad and connections for air compressor Connections for communications room cooling units Utility connections for equipment listed in Item 000103

1

Job

LS

$________

000103 Equipment (M) Provision of the following equipment, including associated installation: Air compressor and soundproof enclosure Cooling units for communications rooms Communications cabinets, racks and backboards Communications cabling

1 Job LS $________

Total Amount for Base Item 0001 $__________________

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

W912DW-14-T-7014 Page 2

OPTIONAL ITEMS

0002 Building 3063 Renovation

000201 Repair Work (K) All work complete in accordance with the drawings and specifications, including communications outlets and distribution pathways, but not including the work indicated or specified under 000202 thru 000203, or unit price items.

1 Job LS $________

Total Amount for Item 000201 $__________________

0000202 New Work (L) Provision of all work for the following, complete in accordance with the drawings and specifications, including all associated work: Lightning Protection System Concrete pad and connections for air compressor Connections for communications room cooling units Overhead Bridge Crane including structural supports Utility connections for equipment listed in Item 000203

1

Job

LS

$________

000203 Equipment (M) Provision of the following equipment, including associated installation: Air compressor and soundproof enclosure Cooling units for communications rooms Communications cabinets, racks and backboards Communications cabling

1 Job LS $________

Total Amount for Optional Item 0002 $__________________

Total Amount for Base & Optional Items (0001-0002) $__________________

END BID SCHEDULE

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 1 W912DW-14-T-7014

SECTION 01 11 00

STATEMENT OF WORK 12 August 2014

1. GENERAL DISCUSSION

1.1. Project Identification

1.1.1. Project Title: 16th CAB Hangar Refurbishment Bldgs 3036 & 3063

1.1.2. IJO Number(s): CVA000102J & CVA000132J

1.2. Description of Work

Provide all labor, tools, equipment, and materials to renovate Hangar buildings 3036 and 3063. Construction shall include selective demolition of building systems, components and materials, hazardous material abatement, replacement of systems, components and materials, new construction and other work as required to provide complete and usable facilities.

1.3. Principal Items To Be Accomplished

1.3.1. CLIN 0001 - Base Item, Renovate Hangar Building 3036 (SEE SECTION 01 22 00.00 10, MEASUREMENT AND PAYMENT, FOR A BREAKDOWN OF REPAIR WORK (K), NEW CONSTRUCTION (L) AND EQUIPMENT (M).

a. Remove exterior siding, insulation and steel girts and replace with new framing, sheathing, insulation and metal siding assembly.

b. Remove existing roof covering and insulation to deck, and replace with new insulation and metal

roofing assembly. c. Repair existing main hangar bay rolling doors. d. Repair and replace interior electrical distribution system and provide new outlets and wiring. e. Repair and replace lighting system and provide new interior and exterior fixtures. f. Repair and replace interior telecommunications distribution system g. Repair and replace wet pipe fire suppression system in administrative areas and shops; maintain

existing deluge sprinkler system in hangar bay. h. Remove existing heating and ventilating system and replace with new heating and ventilating

system. i. Remove exterior windows and replace with new windows and translucent panels. j. Provide building lightning protection system, including a ground loop counterpoise system.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 2 W912DW-14-T-7014

k. Repair and replace plumbing system and provide new plumbing fixtures. l. Remove and replace existing wall, ceiling and floor finishes as indicated and needed to accomplish

work, including relocation of interior partitions where indicated. m. Relocate compressed air and power outlets in hangar bay. n. Reconfigure existing fire alarm system components as required to accommodate new work. o. Remove existing doors and frames, except main hangar bay doors, and replace with new doors and

frames.

1.3.2. CLIN 0002 - Option Item, Renovate Hangar Building 3063 (SEE SECTION 01 22 00.00 10, MEASUREMENT AND PAYMENT, FOR A BREAKDOWN OF REPAIR WORK (K), NEW CONSTRUCTION (L) AND EQUIPMENT (M).

a. Remove exterior siding, insulation and steel girts and replace with new framing, sheathing, insulation and metal siding assembly.

b. Remove existing roof covering and insulation to deck, and replace with new insulation and metal

roofing assembly. Inspect existing wood roof deck for dry rot and repair deck as needed.

c. Repair existing main hangar bay rolling doors.

d. Repair and replace interior electrical distribution system and provide new outlets and wiring.

e. Repair and replace lighting system and provide new interior and exterior fixtures.

f. Repair and replace interior telecommunications distribution system

g. Repair and replace wet pipe fire suppression system in administrative areas and shops; maintain existing deluge sprinkler system in hangar bay.

h. Remove existing heating and ventilating system and replace with new heating and ventilating

system.

i. Remove exterior windows and replace with new windows and translucent panels.

j. Provide building lightning protection system, including a ground loop counterpoise system.

k. Remove existing floor, wall and ceiling finishes, and replace with new floor, wall and ceiling finishes, including floor underlayment on second floor and relocation of interior partitions where indicated.

l. Remove finishes and fixtures in restrooms and replace with new finishes and fixtures.

m. Remove interior and exterior doors (other than hangar bay rolling doors) and replace with new

doors.

n. Provide new 5-ton overhead crane system in hangar bay

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 3 W912DW-14-T-7014

o. Remove existing floor coating and provide new high-build resin floor coating in hangar bay

2. PERFORMANCE AND SCHEDULING

2.1. Performance Period Requirements

2.1.1. The Contractor is required to commence work under this Task Order within ten (10) calendar days after the date of issuance of the Notice to Proceed (NTP) for the Base Item(s), prosecute the work diligently, and complete all work on all Base Item(s) no later than 365 calendar days after the date of the notice to proceed. The time stated for completion includes final cleanup of the premises and submission of all required close-out documentation.

2.2. Award of Options

2.2.1 Award of Option Item(s)

The Government may award the Option Item not later than ninety (90) calendar days after the date of the base task order award.

2.2.2 Duration of Option Items

If the option is awarded, the time for completion of the Option Item shall be three hundred and sixty five (365) calendar days after the issuance of Notice to Proceed for the Option Item. Base CLIN 0001’s period of performance will remain as stated in Paragraph 2.1.1.

2.3. Liquidated Damages

2.3.1. Liquidated Damages for Base CLIN 0001 and Option CLIN 0002 will be assessed independently. Accordingly, if the contractor fails to complete the work in each CLIN within the time periods specified in Paragraphs 2.1.1 and 2.2.2 above, or any extension via modification, the Contractor shall pay to the Government as liquidated damages, the sum of $1,546 for each day of delay until the work is completed or accepted.

2.3.2. If the Government terminates the Contractor's right to proceed, the resulting damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess cost of repurchase under the Termination clause 52.249-10.

2.4. Phasing

2.4.1. If Option CLIN 0002 is exercised, both facilities will be available for construction at the same time.

2.5. Time Extensions For Unusually Severe Weather (ER 415-1-15 31 OCT 89)

2.5.1. This Paragraph specifies the procedure for the determination of time extensions for unusually severe weather in accordance with the CONTRACT CLAUSE entitled "Default (Fixed Price Construction)". In order for the Contracting Officer to award a time extension under this clause, the following conditions must be satisfied:

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 4 W912DW-14-T-7014

a. The weather experienced at the project site during the contract period must be found to be unusually severe, that is, more severe than the adverse weather anticipated for the project location during any given month. b. The actual adverse weather delays must prevent work on critical activities for 50 percent or more of the Contractor's scheduled work day. c. The unusually severe weather must actually cause a delay to the completion of the project. The delay must be beyond the control and without the fault or negligence of the Contractor.

2.5.2. The following schedule of anticipated adverse weather delays per month is based on National Oceanic and Atmospheric Administration (NOAA) or similar data for the project location and will constitute the base line for monthly weather time evaluations. The Contractor's progress schedule must reflect these anticipated adverse weather delays in all weather dependent activities.

JOINT BASE LEWIS-MCCHORD MONTHLY ANTICIPATED ADVERSE WEATHER DELAY WORK DAYS BASED ON (5) DAY WORK WEEK

JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC

9 8 8 4 2 3 1 2 4 7 10 10

2.5.3. Recording daily Adverse Weather

Upon acknowledgment of the Notice to Proceed (NTP) and continuing throughout the contract, the Contractor shall record on the daily CQC report, the occurrence of adverse weather and resultant impact to normally scheduled work. The number of actual adverse weather delay days shall include days impacted by actual adverse weather (even if adverse weather occurred in previous month), be calculated chronologically from the first to the last day of each month, and be recorded as full days. If the number of actual adverse weather delay days exceeds the number of days anticipated, the Contracting Officer will convert any qualifying delays to calendar days, giving full consideration for equivalent fair weather work days, and issue a modification in accordance with the contract clause entitled "Default (Fixed Price Construction)".

3. DRAWINGS

3.1. The below Contract and Reference Drawings (Contained within Enclosure A) are provided to aid in conceptual guidance

INDEX OF DESIGN DRAWINGS APPLICABLE TO BLDG 3036 VOLUME 1: BUILDING 3036

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 5 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

1 G001 COVER SHEET

2 G002 SHEET INDEX

3 G003 SITE ACCESS PLAN

4 HM101 DRAWING NOTES, TABLES AND LEGEND

5 HM102 FIRST FLOOR ABATEMENT PLAN

6 HM103 SECOND FLOOR ABATEMENT PLAN

7 C101 PAVEMENT RESTORATION PLAN

8 S001 STRUCTURAL NOTES - SHEET 1

9 S002 STRUCTURAL NOTES - SHEET 2

10 S003 SCHEDULES & ABBREVIATIONS

11 S101 FOUNDATION PLAN

12 S102 SECOND FLOOR FRAMING PLAN

13 S103 SOUTH ROOF FRAMING PLAN

14 S201 BUILDING ELEVATIONS

15 S211 ENLARGED ELEVATIONS

16 S301 WALL SECTIONS

17 S501 TYPICAL DETAILS - SHEET 1

18 S520 TYPICAL DETAILS - SHEET 2

19 S521 ATFP FRAMING DETAILS - SHEET 1

20 S522 ATFP FRAMING DETAILS - SHEET 2

21 S531 METAL STUD FRAMING DETAILS - SHEET 1

22 S532 METAL STUD FRAMING DETAILS - SHEET 2

23 S541 CANOPY DETAILS

24 A001 GENERAL NOTES

25 A002 BUILDING ASSEMBLY LEGEND

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 6 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

26 A011 CODE ANALYSIS / LIFE SAFETY PLANS

27 AD101 DEMOLITION FLOOR PLANS

28 AD111 DEMOLITION - PARTIAL FIRST FLOOR PLANS

29 AD112 DEMOLITION - PARTIAL SECOND FLOOR PLANS

30 AD121 DEMOLITION ROOF PLAN

31 AD131 DEMOLITION REFLECTED CEILING PLANS

32 AD201 DEMOLITION EXTERIOR ELEVATIONS

33 AD202 DEMOLITION EXTERIOR ELEVATIONS

34 AD321 DEMOLITION WALL SECTIONS

35 A101 FIRST AND SECOND FLOOR PLANS

36 A111 PARTIAL FIRST FLOOR PLANS

37 A112 PARTIAL SECOND FLOOR PLANS

38 A121 ROOF PLAN

39 A131 REFLECTED CEILING PLANS

40 A201 EXTERIOR ELEVATIONS

41 A202 EXTERIOR ELEVATIONS

42 A301 BUILDING SECTIONS

43 A302 BUILDING SECTIONS

44 A303 BUILDING SECTION

45 A321 WALL SECTIONS

46 A401 ENLARGED FLOOR PLANS

47 A511 EXTERIOR DETAILS

48 A512 EXTERIOR DETAILS

49 A521 ROOF DETAILS

50 A522 ROOF DETAILS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 7 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

51 A531 INTERIOR DETAILS

52 A561 DOOR DETAILS

53 A562 HANGAR DOOR

54 A563 HANGAR DOOR DETAILS

55 A564 HANGAR DOOR DETAILS

56 A565 HANGAR DOOR PHOTOS

57 A566 WINDOW DETAILS

58 A567 WINDOW DETAILS

59 A568 LOUVER AND CLERESTORY WINDOW DETAILS

60 A601 DOOR SCHEDULE

61 A602 WINDOW / LOUVER TYPES

62 A603 ROOM FINISH SCHEDULE

63 A604 SIGNAGE SCHEDULE / DETAILS

64 A605 SIGNAGE DETAILS

65 A606 SIGNAGE DETAILS

66 A901 PHOTOS

67 A902 PHOTOS

68 A903 PHOTOS

69 A904 PHOTOS

70 A905 PHOTOS

71 FX001 FIRE PROTECTION DESIGN CRITERIA, FLOW TEST AND LEGEND

72 FX002 FIRE PROTECTION FLOOR PLAN NOTES

73 FX003 FIRE PROTECTION RISER NOTES AND EQUIPMENT LIST

74 FX004 FIRE PROTECTION DELUGE SYSTEM MAINTENANCE LIST

75 FX101 FIRE PROTECTION ENLARGED RISER PLANS AND ELEVATIONS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 8 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

76 FX102 FIRE PROTECTION ENLARGED RISER PLANS AND

ELEVATIONS

77 FX401 FIRE PROTECTION PARTIAL FIRST FLOOR PLAN – NORTH

78 FX402 FIRE PROTECTION PARTIAL FIRST FLOOR PLAN – SOUTH

79 FX403 FIRE PROTECTION PARTIAL SECOND FLOOR PLAN – NORTH

80 FX404 FIRE PROTECTION PARTIAL SECOND FLOOR PLAN – SOUTH

81 F001 SYMBOLS, ABBREVIATIONS AND GENERAL NOTES

82 F101 FIRST FLOOR FIRE ALARM PLAN

83 F102 FIRST FLOOR FIRE ALARM PLAN

84 F103 SECOND FLOOR FIRE ALARM PLAN

85 F104 SECOND FLOOR FIRE ALARM PLAN

86 F501 FIRE ALARM MAINTENANCE CRITERIA

87 F601 FIRE ALARM/MNS TYPICAL DETAILS

88 P001 GENERAL NOTES, LEGEND & ABBREVIATIONS

89 PD001 FOUNDATION PLUMBING DEMOLITION PLAN - HANGAR BAY

90 PD002 FOUNDATION PLUMBING DEMOLITION PLAN - NORTH & SOUTH SUPPORT

91 PD101 HANGAR BAY PLUMBING DEMOLITION PLAN

92 PD102 FIRST FLOOR PLUMBING DEMOLITION PLAN - NORTH & SOUTH SUPPORT

93 PD201 SECOND FLOOR PLUMBING DEMOLITION PLAN - NORTH & SOUTH SUPPORT

94 PL001 FOUNDATION PLUMBING PLAN - HANGAR BAY

95 PL002 FOUNDATION PLUMBING PLAN - NORTH & SOUTH SUPPORT

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 9 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

96 PL101 HANGAR BAY PLUMBING PLAN

97 PL102 FIRST FLOOR PLUMBING PLAN - NORTH & SOUTH SUPPORT

98 PL201 SECOND FLOOR PLUMBING PLAN - NORTH & SOUTH SUPPORT

99 P401 SECTIONS & ENLARGED PLANS

100 P402 SECTIONS & ENLARGED PLANS

101 P501 DETAILS & DIAGRAMS

102 P502 DETAILS & DIAGRAMS

103 P601 PLUMBING SCHEDULES

104 P602 RISER DIAGRAMS

105 M001 GENERAL NOTES, LEGEND & ABBREVIATIONS

106 MD101 HANGAR BAY HVAC DEMOLITION PLAN

107 MD102 FIRST FLOOR HVAC DEMOLITION PLAN - NORTH & SOUTH SUPPORT

108 MD201 SECOND FLOOR HVAC DEMOLITION PLAN - NORTH & SOUTH SUPPORT

109 MD301 ROOF HVAC DEMOLITION PLAN

110 MH101 HANGAR BAY HVAC PLAN

111 MH102 FIRST FLOOR HVAC PLAN - NORTH & SOUTH SUPPORT

112 MH201 SECOND FLOOR HVAC PLAN - NORTH & SOUTH SUPPORT

113 MH301 ROOF HVAC PLAN

114 MP101 HANGAR BAY PIPING PLAN

115 MP102 FIRST FLOOR PIPING PLAN - NORTH & SOUTH SUPPORT

116 MP201 SECOND FLOOR PIPING PLAN - NORTH & SOUTH SUPPORT

117 M401 SECTIONS & ENLARGED PLANS

118 M501 DETAILS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 10 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

119 M502 DETAILS

120 M601 HVAC SCHEDULES

121 M602 HVAC SCHEDULES

122 M603 DIAGRAMS

123 M604 CONTROL SEQUENCE OF OPERATIONS

124 M605 CONTROL SEQUENCE OF OPERATIONS

125 M606 CONTROL SEQUENCE OF OPERATIONS

126 M607 CONTROL SEQUENCE OF OPERATIONS

127 E001 SYMBOLS AND ABBREVIATIONS

128 E002 EXISTING SITE PLAN

129 E003 GENERAL NOTES

130 E004 HAZARDOUS AREA CLASSIFICATION PLAN

131 ED101 FIRST FLOOR DEMOLITION PLAN

132 ED102 FIRST FLOOR DEMOLITION PLAN

133 ED103 SECOND FLOOR DEMOLITION PLAN

134 ED104 SECOND FLOOR DEMOLITION PLAN

135 E101 FIRST FLOOR LIGHTING PLAN

136 E102 FIRST FLOOR LIGHTING PLAN

137 E103 SECOND FLOOR LIGHTING PLAN

138 E104 SECOND FLOOR LIGHTING PLAN

139 E201 FIRST FLOOR POWER PLAN

140 E202 FIRST FLOOR POWER PLAN

141 E203 SECOND FLOOR POWER PLAN

142 E204 SECOND FLOOR POWER PLAN

143 E205 ROOF POWER PLAN

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 11 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

144 E206 ROOF POWER PLAN

145 E211 FIRST FLOOR MECHANICAL PLAN

146 E212 FIRST FLOOR MECHANICAL PLAN

147 E213 SECOND FLOOR MECHANICAL PLAN

148 E214 SECOND FLOOR MECHANICAL PLAN

149 E301 LIGHTNING PROTECTION SYSTEM

150 E302 LIGHTNING PROTECTION SYSTEM

151 E401 ENLARGED PLANS

152 E501 LIGHTING CALCULATIONS AND SCHEDULES

153 E502 TYPICAL DETAILS

154 E503 TYPICAL DETAILS

155 E504 TYPICAL DETAILS

156 E601 SYSTEM ONE-LINE DIAGRAM AND LOAD CALCS

157 E602 SYSTEM ONE-LINE DIAGRAM AND LOAD CALCS

158 E603 PANEL SCHEDULES

159 E604 PANEL SCHEDULES

160 E605 PANEL SCHEDULES

161 E606 PANEL SCHEDULES

162 T0-001 SYMBOLS, ABBREVIATIONS AND GENERAL NOTES

163 T2-101 FIRST FLOOR TELECOM PLAN

164 T2-102 FIRST FLOOR TELECOM PLAN

165 T2-201 SECOND FLOOR TELECOM PLAN

166 T2-202 SECOND FLOOR TELECOM PLAN

167 T3-001 ENLARGED PLANS

168 T3-002 TELECOM TYPICAL DETAILS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 12 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

169 T4-001 TELECOMMUNICATIONS RISER DIAGRAMS

170 T4-002 TELECOMMUNICATIONS GROUNDING AND BONDING

INDEX OF REFERENCE DRAWINGS (EXISTING AS-BUILTS) BLDG 3036

Drawing Number Sheet Number Title

39-01-08 1 FIRST FLOOR PLAN 39-01-08 2 SECOND FLOOR PLAN 39-01-08 3 ELEVATIONS 39-01-08 4 SECTIONS 39-01-08 5 WALL SECTIONS AND DETAILS I 39-01-08 5 WALL SECTIONS AND DETAILS II 39-01-08 7 STAIR DETAILS 39-01-08 8 TOILET ROOMS, PLANS AND ELEVATIONS 39-01-08 9 DOORS AND WINDOW SCHEDULES AND DETAILS 39-01-08 10 HAGAR DOOR DETAILS 39-01-08 11 SIDING DETAILS AND SECTIONS 39-01-08 12 ROOM FINISH SCHEDULE AND DETAILS 39-01-08 13 FOUNDATION PLAN 39-01-08 14 FOUNDATION DETAILS 39-01-08 15 TILT-UP WALLS & DETAILS 39-01-08 16 COLUMN SCHEDULE & 2ND FLOOR CONCRETE FRAMING PLAN 39-01-08 17 CONCRETE MASONRY UNIT CONSTRUCTION & DETAILS 39-01-08 18 ROOF FRAMING PLAN 39-01-08 19 HANGAR ROOF TRUSS 39-01-08 20 2ND FLOOR FRAMING PLAN & WALL ELEVATIONS 39-01-08 21 END WALL & DOOR POCKET DETAILS 39-01-08 22 STRUCTURAL STEEL DETAILS 39-01-08 23 HEATING PLAN I 39-01-08 24 HEATING PLAN II 39-01-08 25 HEATING DETAILS 39-01-08 26 VENTILATION SYSTEM 39-01-08 27 PLUMBING PLAN I 39-01-08 28 PLUMBING DETAILS 39-01-08 29 PLUMBING DETAILS 22S/822-20-05 M-50 INFRARED RADIANT HEATERS

VOLUME 2: LIST OF DESIGN DRAWINGS APPLICABLE TO BUILDING 3063

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

1 G001 COVER SHEET

2 G002 SHEET INDEX

3 G003 SITE ACCESS PLAN

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 13 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

4 HM101 DRAWING NOTES, TABLES AND LEGEND

5 HM102 FIRST FLOOR ABATEMENT PLAN

6 HM103 SECOND FLOOR ABATEMENT PLAN

7 C101 PAVEMENT RESTORATION PLAN

8 S001 STRUCTURAL NOTES - SHEET 1

9 S002 STRUCTURAL NOTES - SHEET 2

10 S003 SCHEDULES & ABBREVIATIONS

11 S101 FOUNDATION PLAN

12 S102 SECOND FLOOR PLAN

13 S103 CRANE LEVEL PLAN

14 S104 ROOF FRAMING AND DETAILS

15 S201 CRANE ELEVATIONS

16 S202 BUILDING ELEVATIONS

17 S211 ENLARGED ELEVATIONS

18 S301 WALL SECTIONS

19 S501 TYPICAL DETAILS

20 S511 CRANE FOUNDATION DETAILS

21 S512 MISC STAIR DETAILS

22 S521 ATFP FRAMING DETAILS - SHEET 1

23 S522 ATFP FRAMING DETAILS - SHEET 2

24 S531 METAL STUD FRAMING DETAILS - SHEET 1

25 S532 METAL STUD FRAMING DETAILS - SHEET 2

26 S541 CANOPY DETAILS

27 A001 GENERAL NOTES

28 A002 BUILDING ASSEMBLY LEGEND

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 14 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

29 A011 CODE ANALYSIS / LIFE SAFETY PLANS

30 AD101 DEMOLITION FLOOR PLANS

31 AD111 DEMOLITION - PARTIAL FIRST FLOOR PLANS

32 AD112 DEMOLITION - PARTIAL SECOND FLOOR PLANS

33 AD121 DEMOLITION ROOF PLAN

34 AD131 DEMOLITION REFLECTED CEILING PLANS

35 AD201 DEMOLITION EXTERIOR ELEVATIONS

36 AD202 DEMOLITION EXTERIOR ELEVATIONS

37 AD321 DEMOLITION WALL SECTIONS

38 A101 FIRST AND SECOND FLOOR PLANS

39 A111 PARTIAL FIRST FLOOR PLANS

40 A112 PARTIAL SECOND FLOOR PLANS

41 A121 ROOF PLAN

42 A131 REFLECTED CEILING PLANS

43 A201 EXTERIOR ELEVATIONS

44 A202 EXTERIOR ELEVATIONS

45 A301 BUILDING SECTIONS

46 A302 BUILDING SECTION

47 A321 WALL SECTIONS

48 A401 ENLARGED FLOOR PLANS

49 A402 STAIR PLANS, SECTIONS, & DETAILS

50 A511 EXTERIOR DETAILS

51 A512 EXTERIOR DETAILS

52 A521 ROOF DETAILS

53 A522 ROOF DETAILS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 15 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

54 A531 INTERIOR DETAILS

55 A561 DOOR DETAILS

56 A562 HANGAR DOOR

57 A563 HANGAR DOOR DETAILS

58 A564 HANGAR DOOR DETAILS

59 A565 HANGAR DOOR PHOTOS

60 A566 WINDOW DETAILS

61 A567 CLERESTORY WINDOW AND LOUVER DETAILS

62 A601 DOOR SCHEDULE

63 A602 WINDOW / LOUVER TYPES

64 A603 ROOM FINISH SCHEDULE

65 A604 SIGNAGE SCHEDULE/DETAILS

66 A605 SIGNAGE DETAILS

67 A606 SIGNAGE DETAILS

68 A901 PHOTOS

69 A902 PHOTOS

70 A903 PHOTOS

71 A904 PHOTOS

72 A905 PHOTOS

73 FX001 FIRE PROTECTION DESIGN CRITERIA, FLOW TEST AND LEGENDS

74 FX002 FIRE PROTECTION FLOOR PLAN NOTES

75 FX003 FIRE PROTECTION RISER NOTES AND EQUIPMENT LIST

76 FX004 FIRE PROTECTION DELUGE SYSTEM MAINTENANCE LIST

77 FX101 FIRE PROTECTION ENLARGED RISER PLAN AND ELEVATIONS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 16 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

78 FX102 FIRE PROTECTION ENLARGED RISER PLAN AND ELEVATIONS

79 FX103 FIRE PROTECTION ENLARGED RISER PLANS AND ELEVATIONS

80 FX201 FIRE PROTECTION EXISTING AFFF RISER PLANS AND ELEVATIONS

81 FX202 FIRE PROTECTION REVISED AFFF RISER PLANS AND ELEVATIONS

82 FX401 FIRE PROTECTION PARTIAL FIRST FLOOR PLAN – NORTH

83 FX402 FIRE PROTECTION PARTIAL FIRST FLOOR PLAN – SOUTH

84 FX403 FIRE PROTECTION PARTIAL SECOND FLOOR PLAN

85 FX404 FIRE PROTECTION PARTIAL SECOND FLOOR PLAN

86 F001 SYMBOLS, ABBREVIATIONS AND GENERAL NOTES

87 F101 FIRST FLOOR FIRE ALARM PLAN

88 F102 FIRST FLOOR FIRE ALARM PLAN

89 F103 SECOND FLOOR FIRE ALARM PLAN

90 F104 SECOND FLOOR FIRE ALARM PLAN

91 F501 FIRE ALARM MAINTENANCE CRITERIA

92 F601 FIRE ALARM/MNS TYPICAL DETAILS

93 P001 GENERAL NOTES, LEGEND & ABBREVIATIONS

94 PD002 FOUNDATION PLUMBING DEMOLITION PLAN - NORTH & SOUTH SUPPORT

95 PD101 HANGAR BAY PLUMBING DEMOLITION PLAN

96 PD102 FIRST FLOOR PLUMBING DEMOLITION PLAN - NORTH & SOUTH SUPPORT

97 PD201 SECOND FLOOR PLUMBING DEMOLITION PLAN - NORTH & SOUTH SUPPORT

98 PL002 FOUNDATION PLUMBING PLAN - NORTH & SOUTH SUPPORT

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 17 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

99 PL101 HANGAR BAY PLUMBING PLAN

100 PL102 FIRST FLOOR PLUMBING PLAN - NORTH & SOUTH SUPPORT

101 PL201 SECOND FLOOR PLUMBING PLAN - NORTH & SOUTH SUPPORT

102 P401 SECTIONS & ENLARGED PLANS

103 P501 DETAILS

104 P502 DETAILS

105 P601 PLUMBING SCHEUDLES

106 P602 RISER DIAGRAMS

107 M001 GENERAL NOTES, LEGEND & ABBREVIATIONS

108 MD101 HANGAR BAY HVAC DEMOLITION PLAN

109 MD102 FIRST FLOOR HVAC DEMOLITION PLAN - NORTH & SOUTH SUPPORT

110 MD201 SECOND FLOOR HVAC DEMOLITION PLAN - NORTH & SOUTH SUPPORT

111 MD301 ROOF HVAC DEMOLITION PLAN

112 MH101 HANGAR BAY HVAC PLAN

113 MH102 FIRST FLOOR HVAC PLAN - NORTH & SOUTH SUPPORT

114 MH201 SECOND FLOOR HVAC PLAN - NORTH & SOUTH SUPPORT

115 MH301 ROOF HVAC PLAN

116 MP101 HANGAR BAY PIPING PLAN

117 MP102 FIRST FLOOR PIPING PLAN - NORTH & SOUTH SUPPORT

118 MP201 SECOND FLOOR PIPING PLAN - NORTH & SOUTH SUPPORT

119 M401 SECTIONS & ENLARGED PLANS

120 M501 DETAILS

121 M502 DETAILS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 18 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

122 M601 SCHEDULES

123 M602 SCHEDULES

124 M603 DIAGRAMS

125 M604 CONTROL SEQUENCE OF OPERATIONS

126 M605 CONTROL SEQUENCE OF OPERATIONS

127 M606 CONTROL SEQUENCE OF OPERATIONS

128 M607 CONTROL SEQUENCE OF OPERATIONS

129 E001 SYMBOLS AND ABBREVIATIONS

130 E002 EXISTING SITE PLAN

131 E003 GENERAL NOTES

132 E004 HAZARDOUS AREA CLASSIFICATION PLAN

133 ED101 FIRST FLOOR DEMOLITION PLAN

134 ED102 FIRST FLOOR DEMOLITION PLAN

135 ED103 SECOND FLOOR FLOOR DEMOLITION PLAN

136 ED104 SECOND FLOOR FLOOR DEMOLITION PLAN

137 E101 FIRST FLOOR LIGHTING PLAN

138 E102 FIRST FLOOR LIGHTING PLAN

139 E103 SECOND FLOOR LIGHTING PLANS

140 E104 SECOND FLOOR LIGHTING PLANS

141 E201 FIRST FLOOR POWER PLAN

142 E202 FIRST FLOOR POWER PLAN

143 E203 SECOND FLOOR POWER PLAN

144 E204 SECOND FLOOR POWER PLAN

145 E205 ROOF POWER PLAN

146 E206 ROOF POWER PLAN

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 19 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

147 E211 FIRST FLOOR MECHANICAL PLAN

148 E212 FIRST FLOOR MECHANICAL PLAN

149 E213 SECOND FLOOR MECHANICAL PLAN

150 E214 SECOND FLOOR MECHANICAL PLAN

151 E301 LIGHTNING PROTECTION SYSTEM

152 E302 LIGHTNING PROTECTION SYSTEM

153 E401 ENLARGED PLANS

154 E501 CONTROL DIAGRAMS AND SCHEDULES

155 E502 TYPICAL DETAILS

156 E503 TYPICAL DETAILS

157 E504 TYPICAL DETAILS

158 E601 SYSTEM ONE-LINE DIAGRAM AND LOAD CALCS

159 E602 SYSTEM ONE-LINE DIAGRAM AND LOAD CALCS

160 E603 PANEL SCHEDULES

161 E604 PANEL SCHEDULES

162 E605 PANEL SCHEDULES

163 E606 PANEL SCHEDULES

164 T0-001 SYMBOLS, ABBREVIATIONS AND GENERAL NOTES

165 T2-101 FIRST FLOOR TELECOM PLAN

166 T2-102 FIRST FLOOR TELECOM PLAN

167 T2-201 SECOND FLOOR TELECOM PLAN

168 T2-202 SECOND FLOOR TELECOM PLAN

169 T3-001 ELEVATIONS AND DETAILS

170 T3-002 TELECOM TYPICAL DETAILS

171 T4-001 TELECOMMUNICATIONS RISER DIAGRAMS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 20 W912DW-14-T-7014

SHEET NUMBER

PLATE NUMBER

TITLE REVISION NUMBER

DATE

172 T4-002 TELECOMMUNICATIONS GROUNDING AND BONDING

INDEX OF REFERENCE DRAWINGS (EXISTING AS-BUILTS) BLDG 3063

Drawing Number Sheet Number Title

822-20-05 M-49 INFRARED RADIANT HEATERS

4. SPECIFICATIONS AND CODES

4.1. Codes

4.1.1. The Contractor shall comply with [the most recent edition, at time of solicitation, of] all pertinent Local, State, and Federal building and life/health/safety codes, to include the following:

a. Applicable Unified Facilities Criteria (UFC) b. UFC 1-200-01: General Building Requirements c. EM 385-1-1 (http://www.usace.army.mil/CESO/Pages/EM385-1-1.aspx)

▪ Contractors shall take special care to comply with EM 385-1-1 Section 32 Airfield and Aircraft Operations

d. National Electric Code e. National Fire Protection Association (NFPA) Codes f. Telecommunication Industry Association/Electrical Industry Association Wiring Standards (Building Telecommunication Wiring Standards) g. Army Installation Information Infrastructure Architecture Policy (I3A) h. USACE Energy and Water Conservation Design Guide (http://www.wbdg.org/references/pa_dod_energy.php)] i. JBLM Design Standard specifications (http://designstandards.lewis.army.mil/)

4.2. Specifications

4.2.1. The contractor shall comply with all relevant specification sections as set forth in the base contract.

4.2.2. In addition to the UFGS Specification Sections provided as part of the base contract, the below list of Technical Specification Sections (Enclosure B) SUPERSEDE the same-named/numbered specifications identified in the base contract. An omission from this list does not relieve the contractor from adhering to the specifications for that feature of work necessary to meet manufacturer's certification and all applicable building codes.

Section No. Specification Section Name

00 41 00.30 BID SCHEDULE 01 10 00.30 STATEMENT OF WORK 01 22 00.00 10 MEASUREMENT AND PAYMENT 01 33 21 CONSTRUCTION PHASE BIM, CIM, AND CAD REQUIREMENTS 01 35 14 SPECIAL PROJECT PROCEDURES - AIR BARRIER SYSTEMS

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 21 W912DW-14-T-7014

01 35 26 SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS 01 50 00 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS 03 01 30.71 CONCRETE REHABILITATION 03 20 00.00 10 CONCRETE REINFORCING 03 30 00.00 10 CAST-IN-PLACE CONCRETE 07 21 16 MINERAL FIBER BLANKET INSULATION 08 34 16.30 HANGAR DOOR REPAIRS 08 60 45 TRANSLUCENT PANELS 08 71 00 DOOR HARDWARE 09 62 38 STATIC-CONTROL FLOORING 09 67 23.16 FUEL RESISTIVE RESINOUS FLOORING, 5-COAT SYSTEM 10 22 13 WIRE MESH PARTITIONS 10 22 39 FOLDING PANEL PARTITIONS 10 44 16 FIRE EXTINGUISHERS 13 48 00.00 10 SEISMIC PROTECTION FOR MECHANICAL EQUIPMENT 22 05 48.00 20 MECHANICAL SOUND, VIBRATION, AND SEISMIC CONTROL 22 07 19.00 40 PLUMBING PIPING INSULATION 22 15 09.00 40 GENERAL SERVICE COMPRESSED-AIR SYSTEMS CLEANING PROCEDURES 22 15 14.00 40 GENERAL SERVICE COMPRESSED-AIR SYSTEMS, LOW PRESSURE 22 15 19.19 20 NONLUBRICATED ROTARY SCREW AIR COMPRESSORS 23 05 15 COMMON PIPING FOR HVAC 23 05 48.00 40 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT 23 09 13.34 40 CONTROL VALVES, SELF-CONTAINED 23 21 13.00 20 LOW TEMPERATURE WATER (LTW) HEATING SYSTEM 23 25 00 CHEMICAL TREATMENT OF WATER FOR MECHANICAL SYSTEMS 23 31 13.00 40 METAL DUCTS 23 35 19.00 20 INDUSTRIAL VENTILATION AND EXHAUST 23 37 13.00 40 DIFFUSERS, REGISTERS, AND GRILLS 23 52 43.00 20 LOW PRESSURE WATER HEATING BOILERS (UNDER 800,000 BTU/HR OUTPUT) 23 82 00.00 20 TERMINAL HEATING UNITS 23 82 02.00 10 UNITARY HEATING AND COOLING EQUIPMENT 23 82 19.00 40 FAN COIL UNITS 23 82 46.00 40 ELECTRIC UNIT HEATERS 26 05 00.00 40 COMMON WORK RESULTS FOR ELECTRICAL 26 05 19.00 10 INSULATED WIRE AND CABLE 26 23 00 SWITCHBOARDS 26 27 13.10 30 ELECTRIC METERS 27 05 28.36 40 CABLE TRAYS FOR COMMUNICATIONS SYSTEMS 41 22 13.14 BRIDGE CRANES, OVERHEAD ELECTRIC, TOP RUNNING

5. SUBMITTALS

5.1. Project Submittal Requirements

5.1.1. All submittals shall be submitted in accordance with the specification section titled SUBMITTAL PROCEDURES. Required submittals are identified in their applicable specification sections.

5.1.2. In addition to the requirements as outlined in the specification section titled SUBMITTAL PROCEDURES, an electronic copy of each submittal shall be provided to the Government. Delivery method shall be decided during the CQC coordination meeting.

5.1.3. The contractor shall provide all Division 01 submittals to cover both Hangar 3036 and 3063.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 22 W912DW-14-T-7014

5.1.4. See attached form 4288 (Submittal register – Enclosure C).

5.2. Close-out Submittal Requirements

5.2.1. The Contractor shall provide close-out submittals as required by the contract specifications.

6. ENVIRONMENTAL AND CULTURAL RESOURCES

6.1. Asbestos Containing Material

6.1.1. Available AHERA survey data is attached at Enclosures D & E. The Contractor shall determine the adequacy of the existing survey documentation and include additional AHERA inspections in the proposal if necessary.

6.1.2. If needed, inspections shall be accomplished in accordance with the Asbestos Hazard Emergency Response Act (AHERA), Federal and Local regulations. A Certified AHERA Asbestos Building Inspector shall perform all inspections. The inspection documentation shall comply with AHERA, Federal and Local regulations and shall include assessment of each asbestos-containing material (ACM), its location, quantity, type, friability and percentage of asbestos.

6.2. Lead-Containing Paint

6.2.1. Available lead paint survey data is attached at Enclosures D & E. The Contractor shall determine the adequacy of the existing survey documentation and include additional lead paint inspections in the proposal if necessary.

6.3. Environmental Coordination

6.3.1. The Contractor shall comply with all Joint Base Lewis-McChord (JBLM) environmental requirements, including the most current installation regulation 200-1 (Environmental Protection and Enhancement) and Design Standards specification section 01 57 20.00 10 (Environmental Protection). This includes the submission of an Environmental Protection Plan prior to commencement, as detailed in section 01 57 20.00 10. The JBLM Environmental Division will review the Plan and provide any necessary corrections or additions to the Contracting Officer or their representative. Regulation 200-1 and specification section 01 57 20.00 10 are available at the JBLM Design Standards website (http://designstandards.lewis.army.mil/index.htm).

6.4. Green Procurement

6.4.1. In order to comply with federally mandated green procurement requirements and Department of Defense (DOD) and Department of the Army (DA) Green Procurement Program (GPP) policies, Joint Base Lewis-McChord (JBLM) requires the purchase, supply, and use of environmentally preferable products and services. Program elements include: recovered material products, energy and water efficient products, alternative fuels and fuel efficiency, bio-based products, non-ozone depleting substances, and environmentally preferable products. These elements are described on the Office of Federal Procurement Policy website (http://www.whitehouse.gov/omb/procurement_index_green/). Additionally, the JBLM Guide to Green Procurement for Construction is available in the “Reference Manuals” section of the JBLM Design Standards webpage (http://designstandards.lewis.army.mil/index1.htm). The Contractor shall comply with all applicable Federal, DOD, Army, and JBLM green procurement laws and policies. If compliant products are unavailable or determined to be impracticable based on cost or

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 23 W912DW-14-T-7014

performance, the Contractor shall contact the Contracting Officer or their representative for further guidance. Additional information is available from the JBLM Green Procurement Program at (253) 966-6466 or [email protected].

6.5. Environmental Management System

6.5.1. PW is responsible for day to day management of the Joint Base Lewis-McChord (JBLM) environmental program. The JBLM Environmental Management System (EMS) outlines procedures and provides guidance that addresses the operation, maintenance, support, and repair of facilities and infrastructure at JBLM. The JBLM EMS conforms to the criteria defined in the international standard, ISO 14001:2004 Environmental management systems – Requirements with guidance for use.

6.5.2. In accordance with EMS procedures, the Contractor shall be familiar with the JBLM environmental policy and shall ensure that this information is considered and incorporated into this project. The installation policy can be found at https://sustainablefortlewis.army.mil/EMS/environ_policy.htm (click on JBLM Policy). Additional information regarding the JBLM EMS is available from the installation EMS Coordinator (253-966-6470). Contract actions at JBLM Yakima Training Center (YTC) will also consider and incorporate the supplemental JBLM YTC environmental policy. The JBLM YTC EMS Coordinator can be contacted at (509) 577-3889.

6.6. Hazardous Materials

6.6.1. For any hazardous materials, the Contractor shall submit an initial list of hazardous materials to be used (including unit of measure and Material Safety Data Sheet for each product). A copy of these documents must be submitted to the Joint Base Lewis-McChord (JBLM) Pollution Prevention Program ([email protected]) prior to commencement. These items must be reviewed by Pollution Prevention and authorized for use if they are not already on the JBLM installation Authorized Use List. The Contractor shall not use any hazardous materials not authorized by Pollution Prevention.

6.6.2. For any in-use hazardous materials, the Contractor shall submit a hazardous material inventory on HJB Form 953 noting the hazardous materials used, the units of measure, quantities used, storage locations, and other information indicated on the form. This inventory shall be submitted at the end of the project. [If the project goes into a new calendar year, the Contractor shall also submit a copy of this inventory (accounting for all hazardous materials) by 15 January.] For any hazardous materials stored on JBLM, this inventory shall be submitted by the 15th day following the calendar year quarter in which the hazardous materials were used or stored. All HJB 953 inventories shall be submitted electronically and addressed to the Contracting Officer or their representative with [email protected] included in the carbon copy (“cc”) line of the email. Questions regarding the form may be directed to the JBLM Pollution Prevention Program (966-6469).

6.7. Archaeological Requirements

6.7.1. Joint Base Lewis-McChord contains many unmarked archaeological sites that may be eligible for listing in the National Register of Historic Places.

6.7.2. In the event that human remains, artifacts, or features of archaeological interest are inadvertently discovered, the contractor will do the following:

6.7.2.1. Immediately cease activity in the vicinity of the discovery.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 24 W912DW-14-T-7014

6.7.2.2. Stabilize and protect such discoveries from further disturbance or public disclosure.

6.7.2.3. Provide immediate notice (no longer than 24 hours following discovery) by telephone and email to the Installation Cultural Resource Manager and Contracting Officer's Representative.

6.7.2.4. Work may not proceed in the vicinity of the discovery until authorized to proceed by the Installation Cultural Resource Manager and the Contracting Officer's Representative.

7. SPECIAL ACCESS REQUIREMENTS

7.1. Post Access

7.1.1. Registered And Previously ID'd (RAPID) Gate Program

Fort Lewis has instituted a Registered and Previously ID'd (RAPID) gate program for commercial vehicle access to Fort Lewis.

7.1.2. Commercial Vehicle Access To Fort Lewis (RAPID) Gate Program Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. Unless the contractor voluntarily participates in the RAPID Gate Program (see the clause entitled Identification Of Contractor's Employees - Registered and Previously ID'd (RAPID) Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D Street Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates are closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays and federal holidays, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day every day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. If the contractor participates in the RAPID Gate Program, contractor vehicles may enter the installation through any RAPID gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 25 W912DW-14-T-7014

Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a RAPID identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. NOTE: The RAPID Gate Program may be terminated by the Government or by Eid Passports, Inc., at any time. If the program is terminated, the contractor will be allowed access only through the Logistics Center Gate or the D Street Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer.

7.1.3. Identification Of Contractor's Employees (RAPID) Gate Program Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a RAPID identification badge or a visitor's pass to obtain access to Fort Lewis. A RAPID identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the RAPID Gate Program shall obtain a visitor's pass at the Main (Liberty) Gate, the Logistics Center Gate or the D Street Gate. The visitor's pass will be issued for a maximum of 30 days at a time. A RAPID identification badge will only be issued to contractor employees if the contractor participates in the RAPID Gate Program. The RAPID Gate Program is a voluntary program. The production of RAPID badges has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are $99.00 for company start-up and $99.00 per individual. The contractor shall provide information as required by Eid Passport, Inc. (Eid), to enable Eid to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying Eid the fee per employee for conducting the CHBC and issuing the RAPID identification card. If the CHBC is not adverse, a RAPID identification badge will be issued by Eid to the contractor employee. If the CHBC is adverse, Eid is prohibited from issuing a RAPID identification badge to the contractor employee. If a RAPID identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitor's pass; however, if the contractor employee does not meet the criteria for being issued a RAPID identification badge, the Government may, in its sole discretion, decide not to issue a visitor's pass to the contractor employee. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to Eid within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both Eid and the Contracting Officer verbally, followed up in writing the next work day. An employee's inability to obtain entrance to a Government installation because he/she does not have the required identification badge or visitor's pass shall not excuse timely performance of the requirements of this contract. Eid or the Government may change the location at which identification badges are issued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 26 W912DW-14-T-7014

RAPID identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employee's identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both Eid and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a written report of the circumstances to both Eid and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. Each contractor employee shall wear the RAPID identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contract for which it was issued. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to Eid. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. NOTE: The RAPID Gate Program may be terminated by the Government or by Eid Passports, Inc., at any time. If the program is terminated, the contractor will be notified by the Contracting Officer as to whether the RAPID identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation.

7.1.4. Commercial Vehicle Access to Fort Lewis Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. The following procedures apply if the RAPID Gate Program is terminated or expires. See paragraph 5.1.1 Commercial Vehicle Access To Fort Lewis - Registered And Previously ID'd (RAPID) Gate Program. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and the D street Gate on Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. The Logistics center Gate and the D Street Gate are closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays and federal holidays, commercial vehicles must use the Main Gate. All commercial vehicles will be searched. A visitor pass must be obtained. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 27 W912DW-14-T-7014

On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis.

7.2. Entrance Denial by Military Police Contractor employees may be denied entry to the Installation by Military Police if it is determined that such entry may be contrary to good order, discipline, or the security of the Installation.

8. OTHER CONDITIONS AFFECTING WORK

8.1. Work Coordination

8.1.1. Interfacing With Others

8.1.1.1. The Contractor shall plan his work activities in a manner such that there will be minimal interference and inconvenience to ongoing traffic and daily operations in the facility and local areas.

8.1.1.2. All work will be scheduled and coordinated with the Government Project Management Team or their designee at all times.

8.1.1.3. The Contractor may not block traffic, roads, access routes, or exits without prior coordination with the Project Manager or other authorized Government representative.

8.1.2. Pre-Construction Conference

8.1.2.1. The Contractor shall attend a pre-work meeting presided over by the Project Manager prior to commencing construction activities. The Contractor shall contact the Project Manager within ten (10) calendar days of issuance of the Task Order NTP to establish a date and time for the preconstruction meeting. The Contractor shall submit a site-specific construction schedule and a site specific Work Plan at that meeting for government approval unless these items have been previously approved by the government. The schedule shall be in sufficient detail to identify all aspects of the work including all significant project tasks with durations and start and finish times.

8.1.3. Pre-Construction CQC Coordination Meeting

8.1.3.1. The Contractor shall attend a CQC Coordination meeting held in accordance with specification section titled QUALITY CONTROL.

8.2. Contractor Personnel and Sub-Contractor Qualifications

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 28 W912DW-14-T-7014

8.2.1. In addition to the qualification requirements outlined in the Base Contract, the contractor must also provide the following:

8.2.2. An on-site superintendent, on-site QC manager, on-site safety manager, or safety consultant to manage compliance with the EM-385-1-1, Section 32 Airfield and Aircraft Operations for working in and around a flight line. The individual must have worked as an on-site QC manager, on-site safety manager, or safety consultant, from mobilization to demobilization, on a project greater than $1,000,000 that required storing construction materials on-site and was either on or adjacent to an active flight line.

8.2.3. A project manager, on-site superintendent, on-site QC manager, or on-site safety manager that has worked in one of these roles, from mobilization through demobilization, on the construction or renovation of a facility with a clear span opening of at least 75-feet (no mid-span support between exterior walls).

8.3. Site Safety and Health Officer

8.3.1. The Contractor shall provide a Site Safety and Health Officer (SSHO) as required in the specification section titled GOVERNMENTAL SAFETY REQUIREMENTS. However, for this task order, the SSHO must be assigned no other duties.

8.4. Construction Quality Control System Manager

8.4.1. The Contractor shall provide a Construction Quality Control (CQC) System Manager as required in the specification section titled QUALITY CONTROL. However, for this task order, the CQC System Manager must be assigned no other duties.

8.5. Compliance with Rules, Regulations, and Statutes

8.5.1. All contractor employees shall observe and comply with all applicable local, State, and Federal rules, regulations, and statutes including those concerning fire, safety, sanitation, security, vehicle safety, and hazardous material handling while performing this Task Order. All work shall meet or exceed all applicable industry standards.

8.6. Firearms

8.6.1. Contractor personnel shall carry no firearms while performing work under this Contract.

8.7. Work Hours

8.7.1. The construction activity period shall be restricted to 7:30 a.m. to 4:30 p.m. daily, Monday through Friday, excluding Federal holidays. Work hours other than as specified above shall be coordinated with and approved by the Contracting Officer.

8.8. Site Utilities

8.8.1. Site utilities shall be in accordance with Section 01 50 00 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS

8.9. Permits

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 29 W912DW-14-T-7014

8.9.1. The Contractor shall obtain and submit copies of ALL permits, unless otherwise specified. Each permit shall be obtained before starting the respective items of work. This includes, but is not limited to, permits necessary for decontaminating water and sewer systems, and digging permits.

8.9.2. Contractors must obtain a "Dig Permit" from Public Works prior to any ground disturbing activities.

8.9.3. Once utilities have been marked as part of the dig permit process, the contractor shall document (photographs and plan drawings) and maintain the markings for the duration of the project.

8.10. Safety

8.10.1. USACE Safety and Health Requirements Manual (EM 385-1-1), available online at http://www.usace.army.mil/CESO/Pages/EM385-1-1.aspx, shall be considered to be a part of this Task Order and will be enforced as such. The Contractor shall prepare an accident prevention plan in accordance with the most current version of EM 385-1-1.

8.11. Operation and Maintenance Requirements

8.11.1. Operation and maintenance manuals as required by the UFGS Technical Specifications (Divisions 2 thru 48), shall be provided by the Contractor, and edited as required. The intent of the O&M Manuals is to promote and maximize the efficiency, economy, safety, and effectiveness of the life cycle operation, maintenance, and repair of the facility.

8.12. Construction Facilities And Temporary Controls

8.12.1. A staging area shall be provided for the contractor as identified in the plans.

8.12.2. The Contractor is responsible for security of his own property and security of government property when construction activities affect existing security measures.

8.12.3. The contractor shall provide and maintain portable toilet facilities at the site for the use of contractor and subcontractor personnel, as required by the EM 385-1-1. The units shall be emptied and cleaned at least once a week, or more often if required by the contracting officer. The doors to the unit shall be self closing. Additionally, the toilet units shall be located out of public view as the site allows.

9. SUPPLEMENTAL ANTITERRORISM/OPERATIONS SECURITY REQUIREMENTS

9.1. AT Level 1 Training

9.1.1. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level 1 awareness training within 30 calendar days after contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level 1 awareness training is available at the following website: https://atlevel1.dtic.mil/at.

9.2. Access and General Protection/Security Policy and Procedures

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 10 00.30 Page 30 W912DW-14-T-7014

9.2.1. Contractor and all associated subcontractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

9.3. iWATCH Training

9.3.1. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards will be provided by the requiring activity Antiterrorism Officer (ATO)). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 45 calendar days after contract award.

9.4. OPSEC Training

9.4.1. Contractor employees, including subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete the following OPSEC class: OPSEC Awareness for Military Members, DOD Employees and Contractors, within 15 calendar days after Contract start date or effective date of incorporation of this requirement into the Contract, whichever is applicable. Submit certificates of completion for each affected Contractor employee and subcontractor employee, to the KO within 15 calendar days after completion of training by all employees and subcontractor personnel. This course is available on-line at the following website: http://cdsetrain.dtic.mil/opsec/index.htm "OPSEC Awareness for Military Members, DOD Employees and Contractors" (45 minutes).

9.5. E-Verify Pre-Screening

9.5.1. The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E �-Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award.

10. ATTACHMENTS

Enclosure A – Contract and Reference Drawings Enclosure B – Specifications Enclosure C – ENG Form 4288 Enclosure D - HAZMAT Report Bldg 3036 Enclosure E - HAZMAT Report Bldg 3063

-- End of Section --

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 22 00.00 10 Page 1 W912DW-14-T-7014

SECTION 01 22 00.00 10

MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 GENERAL The price for each contract line item shall constitute full compensation for furnishing all plant, labor, materials, appurtenances, and incidentals and performing all operations necessary to construct and complete the items in accordance with these specifications and the applicable drawings, including surveying performed by the Contractor. The bid schedule shall define the contract line items. Work paid for under one contract line item will not be paid for under any other contract line item. No separate payment will be made for the work, services, or operations required by the Contractor, as specified in DIVISION 01, GENERAL REQUIREMENTS, to complete the project in accordance with these specifications; all costs thereof shall be considered as incidental to the work.

1.2 PAYMENT 1.2.1 ITEM 0001 (BASE ITEM) Payment will be made at the contract lump sum price for Item No. 0001, All work associated with the construction of the Building Renovation for Bldg 3036 , all Building Services and Utilities and all associated site work, payment of which shall constitute full compensation for Item No. 0001, complete.

1.2.1.1 ITEM 000101 (Repair Work)(K) All work complete in accordance with the drawings and specifications, including communications outlets and distribution pathways, but not including the work indicated or specified under 000102 thru 000103. 1.2.1.2 ITEM 000102 (New Work)(L) Provision of all work for the following, complete in accordance with the drawings and specifications, including all associated work:

Lightning Protection System Concrete pad and connections for air compressor Connections for communications room cooling units Utility connections for equipment listed in Item 000103

1.2.1.3 ITEM 000103 (Equipment)(M) Provision of the following equipment, including associated installation:

Air compressor and soundproof enclosure Cooling units for communications rooms Communications cabinets, racks and backboards Communications cabling

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 22 00.00 10 Page 2 W912DW-14-T-7014

1.2.2 ITEM 0002 (OPTION ITEM) Payment will be made at the contract lump sum price for Item No. 0002, All work associated with the construction of the Building Renovation for Bldg 3063, all Building Services and Utilities and all associated site work, payment of which shall constitute full compensation for Item No. 0002, complete.

1.2.2.1 ITEM 000201 (Repair Work)(K) All work complete in accordance with the drawings and specifications, including communications outlets and distribution pathways, but not including the work indicated or specified under 000202 thru 000203. 1.2.2.2 ITEM 000202 (New Work)(L) Provision of all work for the following, complete in accordance with the drawings and specifications, including all associated work:

Lightning Protection System Concrete pad and connections for air compressor Connections for communications room cooling units Utility connections for equipment listed in Item 000103

1.2.2.3 ITEM 000203 (Equipment)(M) Provision of the following equipment, including associated installation:

Air compressor and soundproof enclosure Cooling units for communications rooms Communications cabinets, racks and backboards Communications cabling

PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 PROGRESS PAYMENT INVOICE See Section 01 45 00.00 10.10 QUALITY CONTROL SYSTEM for payment requests. 3.2 COMPLIANCE WITH DAVIS-BACON ACT 3.2.1 Contractor POC Within 14 days after award of the contract, the Contractor shall designate a point of contact (POC) within their organization who will be responsible for the Davis-Bacon Act Labor Program for the Contractor and all subcontractors under this contract as required by the Contract Clauses and FAR 52.222.

3.2.2 Responsibilities The designated Contractor POC shall be responsible for Davis-Bacon Act Labor Program activities including, but not limited to:

a. Documentation and record keeping;

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 22 00.00 10 Page 3 W912DW-14-T-7014

b. Submittal and accuracy of certified payrolls;

c. Submittal of required labor forms including requests for additional

classifications and rates, Statements and Acknowledgement, etc.;

d. Posting of the wage determination, approved additional classifications and rates, labor and EEO posters;

e. Coordination with the Contracting Officer's Labor Program POC;

Prior to submittal to the Government, payrolls shall be reviewed for compliance to all applicable labor standards, to include, but not be limited to the following items: correct wage rates, correct overtime classification and pay, misclassification of workers for work actually performed, apprentice to journeyman ratios, and registration of apprentice. Corrective actions shall be taken as necessary to ensure Contractor compliance with applicable contract and FAR clauses.

3.2.3 Certification The Contractor POC shall provide a signed certification stating the following: "I certify that the submitted items being forwarded have been reviewed in detail and are correct and in strict conformance with the Labor Standards of the contract except as otherwise stated."

3.2.4 Electronic Software for Processing The contractor is encouraged to use a commercially-available electronic system to process and submit certified payrolls electronically to the Government. The requirements for preparing, processing and providing certified labor payrolls are established by the Davis-Bacon Act as stated in FAR 52.222-8, PAYROLLS AND BASIC RECORDS and FAR 52.222-13, COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS.

a. If the contractor elects to use an electronic Davis-Bacon payroll

processing system, then the contractor shall be responsible for obtaining and providing for all access, licenses, and other services required to provide for receipt, processing, certifying, electronically transmitting to the Government, and storing weekly payrolls and other data required for the contractor to comply with Davis-Bacon and related Act regulations. When the contractor uses an electronic Davis-Bacon payroll system, the electronic payroll service shall be used by the contractor to prepare, process, and maintain the relevant payrolls and basic records during all work under this construction contract and the electronic payroll service shall be capable of preserving these payrolls and related basic records for the required 3 years after contract completion. If the contractor chooses to use an electronic Davis-Bacon payroll system, then the contractor shall obtain and provide electronic system access to the Government, as required to comply with the Davis-Bacon and related Act regulations over the duration of this construction contract. The access shall include electronic review access by the Government contract administration office to the electronic payroll processing system used by the contractor.

16th CAB Hangar Refurbishment Bldgs 3036 & 3063 Joint Base Lewis-McChord, WA

Section 01 22 00.00 10 Page 4 W912DW-14-T-7014

b. The contractor's provision and use of an electronic payroll processing system shall meet the following basic functional criteria: commercially available; compliant with appropriate Davis Bacon Act payroll provisions in the FAR; able to accommodate the required numbers of employees and subcontractors planned to be employed under the contract; capable of producing an Excel spreadsheet-compatible electronic output of weekly payroll records (format at http://www.rmssupport.com/guides.aspx) for export in an Excel spreadsheet to be imported into the contractor's Quality Control System (QCS) version of Resident Management System (RMS), that in turn shall export payroll data to the Government's Resident Management System (RMS); demonstrated security of data and data entry rights; ability to produce contractor-certified electronic versions of weekly payroll data; ability to identify erroneous entries and track the data/time of all versions of the certified Davis Bacon payrolls submitted to the government over the life of the contract; capable of generating a durable record copy, that is, a CD or DVD and PDF file record of data from the system database at end of the contract closeout.

c. This durable record copy of data from the electronic Davis-Bacon

payroll processing system shall be provided to the Government during contract closeout. All contractor-incurred costs related to the contractor's provision and use of an electronic payroll processing service shall be included in the contractor's price for the overall work under the contract. The costs for Davis-Bacon Act compliance using electronic payroll processing services shall not be a separately bid/proposed or reimbursed item under this contract.

3.3 PROPOSED PROJECT MODIFICATIONS Price proposals for contract modifications shall be submitted in accordance with the requirements of the Contract Clause MODIFICATION PROPOSALS - PRICE BREAKDOWNS. If change order work impacts or delays other unchanged contract work, the costs of such impacts or delays shall be included in the proposals and separately identified. The current threshold for requiring cost or pricing data is $700,000 but is subject to change. See FAR 15.403 (a) (1) iii. Any modification proposal that exceeds the cost and pricing data threshold shall meet the requirements of FAR 15.403. See instructions for Change Orders/Modification and Claims in Table 15-2 of FAR 15.408.

-- End of Section --