modification no. 007 to task order no. nrc-hq-13-t-10-0001 ... · m laneto 1111ff or i a wich l o 8...

22
-------- ----- ; I ý I.;VNI KAU I IV WWI, AMENDMENT OF SOLIGUTrIONMIMOOWICATION OF CONTRACT 2 A&wNDrNTim CDU1ATIONI ho. 6. 1 SSVED By 3. EFFECTIVE DATE 04/08/2014 __4 REOUISMTONK"UCHASE, REQ NO ADM-1 4-_0i19 7 . ADMNSTERC Y (ffaldeftwImMm 6) PAGE OF PAGES Lf1J 22 L PROJECT NO (if WotaOCe) COOE [ _ GDrim 1! E An 113 N.R( - iQ AfQ.11lTC)ON MANE%7 : DIV-SION' PIATL STOP 3MF-05-C64MP WA3JIIN'iTON DIC 20t55`541001 8 NAMF ANr AD 5ESCCONTRACTOR yseet i•.0 Stwa. wZPC.,* EIGHTH DAY DESIGN INC ATTN CAROL MUSZYNSKT NA FALLS CHURCH VA 220432520 (,)J9A AMENDMENT, OF OXICrTATON NO US8. DATED ?SEE ITEM 11) x 1A, MODIFICATION OF CONTRACTIORDER NO. NRC-HO-13-C-10-0035 NRC-HQ-13-T-10-0001 108. DATED (SEE ITE7 13) 09/23/2013 CODE 622070464 I FACILITY CODE '11. i S ITEM ONLY APPLIES TOA j[ S OF SOUCITATIONS The e*ome numbeed saoegga is amended s sm tlh, n ,tm 14 The haoanrd date spedifod for neait of OfXMi - a as . S oerlo OEIdg,. Oufts mums dloIwedwg recewt f III ¶xhImmem PIfot to am hour a&d dts spacled in me solcstaon or as ameded . by mu of 1e fo"ig metodo: (a) By wompletng Items S m8i I& and rekimhm - coe. of te a dmat (b) By acknoamdgg Feceipt of "as miwimad on each aopy of Mte ofter ibm~ned: Of () By M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT 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 IN by vsle of to emenomenrt you costs to Clu an offer saedy submitted. such Ow're may be made by a m or alterord ol Wegn or M8W mok"e reference to te eolboAlIon anid ha aretmil and i receied fork to fte oWi how and date oectled. 12 ZACCOUNTNGAN APF"OPRLATION DATA (itaquk" Net Increase: $357, 933.50 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTSWORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIED IN rITM 14. 2'ýOW- A. THIS CHANGE ORDER IS ISUED PURSUANT TO (Sp•yauthuot~y) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM I0QA B. THE ABOVE NUMBERED COEIRACT/OROER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (soch - cfaesin hpay.ng ofik, eppapdetb d&*e oft.) SET FORTH IN IEM 14. PURSUANT TO THE AUTHORITY OF FAR 43. 103(b C. TIn ItUPPLEMENTAL AGREWSMNT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D OTHER ($peaty t.mo of lcadn and a•uoely) X 52.21--5 OFT:CO TO EXIEND SLRVCI•S; 52.23P-11) AVA•L.EBL:TZY OF FUNDS YOR HNET-F £.'AL YEAR L. IPORTANT: Cnlrkalor 2. no n mis ID al NS to cu am t mo wmour _ cap" to I iswmgr, ace. 14. DESCRIPTION OF AMENOMIENTuIMOOIPICATION MOvyaried by UCI" sacfkm hiimtfngn iMuu,*V edbsc ae4hWk~fw materhi7Mftiml Bcalt*) COR: William Harris, .101-287-3424 Alternate COR: Latricia Debnam, 301-287-3441 The purpose of this modification is 1) to exercise Option Period 1; 2) to exerrise Optional Task 3, Option Period 4; 3j to revise the Statement of Work; 4) Lo .i'ciease Lhe task ozder ceiling (inclusive of options) by $12,364.42, from $709,757.00 to $722,121.42; 5) to increase t:ne task order ceiling (exclusive of options) by $354,748.50, from S203,185 to $557,933.50; 6) ro revise the Price Schedule; 7) to revise the p@riod of performance for Optional Task 3, from October 1, 2015 - Aprii 8, 2016 to April 8, 20-4 - September 30, 2014; 8; to revise Az:achment 1: Draft Stacking Anaiysis; 9) to add Latricia Debnam as an Continued ... ExcelS-m ad0haem. as emia mdcnd~x $tons of E m ODMIefarelored alen GA o iA.asherel~r, changed remin ica mgmn• d arid a B be da•e 1&-1A NAME AND TiTE OF SIGNER (Typ- apb,,, Carol Muszynski, President %UNS1 REVIEW COMPLETE APR 2 5 204 1IEMPANE- RDMOD

Upload: others

Post on 01-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

-------- -----; I ý I.;VN I KAU I IV WWI,

AMENDMENT OF SOLIGUTrIONMIMOOWICATION OF CONTRACT

2 A&wNDrNTim CDU1ATIONI ho.

6. 1 SSVED By

3. EFFECTIVE DATE

04/08/2014

__4 REOUISMTONK"UCHASE, REQ NO

ADM-1 4-_0i19

7 . ADMNSTERC Y (ffaldeftwImMm 6)

PAGE OF PAGES

Lf1J 22L PROJECT NO (if WotaOCe)

COOE [ _GDrim 1! E An

113 N.R( - iQAfQ.11lTC)ON MANE%7 : DIV-SION'PIATL STOP 3MF-05-C64MPWA3JIIN'iTON DIC 20t55`541001

8 NAMF ANr AD 5ESCCONTRACTOR yseet i•.0 Stwa. wZPC.,*

EIGHTH DAY DESIGN INCATTN CAROL MUSZYNSKTNAFALLS CHURCH VA 220432520

(,)J9A AMENDMENT, OF OXICrTATON NO

US8. DATED ?SEE ITEM 11)

x1A, MODIFICATION OF CONTRACTIORDER NO.NRC-HO-13-C-10-0035NRC-HQ-13-T-10-0001108. DATED (SEE ITE7 13)

09/23/2013CODE 622070464 I FACILITY CODE'11. i S ITEM ONLY APPLIES TOA j[ S OF SOUCITATIONS

The e*ome numbeed saoegga is amended s sm tlh, n ,tm 14 The haoanrd date spedifod for neait of OfXMi - a as . S oerlo OEIdg,.

Oufts mums dloIwedwg recewt f III ¶xhImmem PIfot to am hour a&d dts spacled in me solcstaon or as ameded . by mu of 1e fo"ig metodo: (a) By wompletngItems S m8i I& and rekimhm - coe. of te a dmat (b) By acknoamdgg Feceipt of "as miwimad on each aopy of Mte ofter ibm~ned: Of () ByM lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO BE RECEIVED ATTHE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER IN byvsle of to emenomenrt you costs to Clu an offer saedy submitted. such Ow're may be made by a m or alterord ol Wegn or M8W mok"ereference to te eolboAlIon anid ha aretmil and i receied fork to fte oWi how and date oectled.

12 ZACCOUNTNGAN APF"OPRLATION DATA (itaquk" Net Increase: $357, 933.50See Schedule

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTSWORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIED IN rITM 14.

2'ýOW- A. THIS CHANGE ORDER IS ISUED PURSUANT TO (Sp•yauthuot~y) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACTORDER NO. IN ITEM I0QA

B. THE ABOVE NUMBERED COEIRACT/OROER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (soch - cfaesin hpay.ng ofik,eppapdetb d&*e oft.) SET FORTH IN IEM 14. PURSUANT TO THE AUTHORITY OF FAR 43. 103(b

C. TIn ItUPPLEMENTAL AGREWSMNT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D OTHER ($peaty t.mo of lcadn and a•uoely)

X 52.21--5 OFT:CO TO EXIEND SLRVCI•S; 52.23P-11) AVA•L.EBL:TZY OF FUNDS YOR HNET-F £.'AL YEAR

L. IPORTANT: Cnlrkalor 2. no n mis ID al NS to cu am t mo wmour _ cap" to I iswmgr, ace.

14. DESCRIPTION OF AMENOMIENTuIMOOIPICATION MOvyaried by UCI" sacfkm hiimtfngn iMuu,*V edbsc ae4hWk~fw materhi7Mftiml Bcalt*)COR: William Harris, .101-287-3424Alternate COR: Latricia Debnam, 301-287-3441

The purpose of this modification is 1) to exercise Option Period 1; 2) to exerrise OptionalTask 3, Option Period 4; 3j to revise the Statement of Work; 4) Lo .i'ciease Lhe task ozderceiling (inclusive of options) by $12,364.42, from $709,757.00 to $722,121.42; 5) toincrease t:ne task order ceiling (exclusive of options) by $354,748.50, from S203,185 to$557,933.50; 6) ro revise the Price Schedule; 7) to revise the p@riod of performance forOptional Task 3, from October 1, 2015 - Aprii 8, 2016 to April 8, 20-4 - September 30,2014; 8; to revise Az:achment 1: Draft Stacking Anaiysis; 9) to add Latricia Debnam as anContinued ...

ExcelS-m ad0haem. as emia mdcnd~x $tons of E m ODMIefarelored alen GA o iA.asherel~r, changed remin ica mgmn• d arid a B be da•e

1&-1A NAME AND TiTE OF SIGNER (Typ- apb,,,

Carol Muszynski, President

%UNS1 REVIEW COMPLETE APR 2 5 204

1IEMPANE- RDMOD

Page 2: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

I P.rUCq ?,JO OP DOCUMENT BEGN CONTINUEDCONTINUATION SHEET ýN-O- 13- C 0- 35/NRC-IQ-13T-10-0001.M00002 2O 2

NAME OF OFFEROR OR CONTRACTOR

EIUHTH LDAY DESIGIN INC

ITEM NO SUPPU-ES/SERVICES UUANTITY UNI 1 UNIT PRICE AMOUNTIA) __________(C) DCE) '

Alternate CuiLra:t-inc Officer's Reoresentazive,10) to increase thre z.,b!igated amount by$J57,933.50, from $200,000.00 to $557,933.50; and11) to extend the period of oerformance zhrough

Seotember 30, 2014. See page three '3) forde aiis.

Total Obligazed Amount: 1557,933.50 (changed"Total Task Order Ceiling (exclusive of options):$557,933.50(changed)Total Task Order Ceiling (inclusive of options):

$722,121.42(changed)

All other terms and conditions remain unchanged.

NEW ACCOUNTING CODE ADDED:

Account code:2014-XO200-FEEBASED-40-40DO01-51-F-127-LO]49-3250BBFY 2014EBFYFund X0200Funds Source FEEBASEDS CAOffice 40Division 40D001BranchCost Ctr (Job Code) L0149Major prog/business 51

Product Line FProduct 127BOC 3250REIM Agreement NumREIM Agmt Line NumFAIMIS Template Name 40-L0149Quantity: 0Amount: $357,933.50Percent: 100

Subject To Funding: NPayment Address:

Payment:

US NUCLEAR REGULATORY COMM7IISSIONONE WHITE FLINT NORTH11555 ROCKVILLE PIKEMAILSTOP 03-E57AROCKVILLE MD 20852-2738

OB: DestinationPeriod of Performance: 09/23/2013 to 09/30/2014

NSN 754001-15X8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSAFAR 148 OFR) 53.110

Page 3: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

NRC-HQ-13-C-10-0035NRC-HQ-13-T-10-0001

Modification #2

The purpose of this modification is 1) to exercise Option Period 1; 2) to exercise OptionalTask 3, Option Period 4; 3) to revise the Statement of Work; 4) to increase the task orderceiling (inclusive of options) by $12,364.42, from $709,757.00 to $722,121.42; 5) toincrease the task order ceiling (exclusive of options) by $354,748.50, from $203,185 to$557,933.50; 6) to revise the Price Schedule; 7) to revise the period of performance forOptional Task 3, from October 1, 2015 - April 8, 2016 to April 8, 2014 - September 30,2014; 8) to revise Attachment 1: Draft Stacking Analysis; 9) to add Latricia Debnam asan Alternate Contracting Officer's Representative, 10) to increase the obligated amountby $357,933.50, from $200,000.00 to $557,933.50; and 11) to extend the period ofperformance through September 30, 2014.

Task order NRC-HQ-13-T-10-0001 under contract NRC-HQ-13-C-10-0035 is herebymodified as follows:

1. Attachment 1: Draft Stacking Analysis is revised to change the floors to beaddressed in Task 1 and subsequent optional tasks. Attachment 1 is herebydeleted in its entirety and replaced with Attachment 1 of this modification.

2. The Statement of Work is revised to:

a) Revise the utilization rate in Task 1 from 120 USF to 200 USF (all-in);b) Incorporate structural engineering and design services;c) Incorporate services for Demolition and Building Permit processing

through Montgomery County for two floors of Two White Flint North intoOptional Task 3;

d) Incorporate design services for re-use of existing supplemental units to berelocated to the 4th floor Server Room 04-U02;

e) Remove Project Management/Construction Administration services forOWFN 6th floor from Task 3 and clarify Project Management services arerequired only for two floors of TWFN;

f) Remove Audio-Visual Consultant services;g) Clarify services required for Quality Control Management at the Work

Site;h) Clarify mechanical design services are required for one floor of OWFN, as

shown in Attachment 1; andi) Clarify Construction Documents are required for two floors of TWFN and

one floor of OWFN, as shown in Attachment 1.

Section A.6 Statement of Work is hereby deleted in its entirety and replaced withAttachment 2 of this modification.

3. The Price Schedule is revised to:

a) Incorporate additional labor hours for Designer and Junior Designer laborcategories for Task 1, Option Period 1;

Page 1 of 4

Page 4: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

NRC-H-1i 3-C-1 0-0035NRC-HQ-13-T-10-0001

Modification #2

b) Revise the labor hour mix and remove labor hours from Optional Task 3,Option Period 4;

c) Revise labor rates for Option Periods 1-4 to align with the labor rates inthe Base Contract;

d) Incorporate CLINs 1027, 2027, 3027 and 4027;e) Increase the task order ceiling (inclusive of options) by $12,364.42, from

$709,757.00 to $722,121.42; andf) Increase the task order ceiling (exclusive of options) by $354,748.50,

from $203,185 to $557,933.50.

Section A.5 Price Schedule is hereby deleted in its entirety and replaced withAttachment 3 of this modification.

4. Section A.4 Consideration and Obligation-Task Orders (AUG 2011) is herebyrevised as follows:

(a) The ceiling of this order for services is $722,121.42. This amount willincrease as follows should the optional tasks and optional periods be exercised:

Task 1:Base Period: $203,185Option Period 1: $200,892.23 Exercised

Optional Task 2:Option Period 2: $80,880.75Option Period 3: $83,307.17

Optional Task 3: ExercisedOption Period 4: $153,856.27 Exercised

(b) This order is subject to the minimum and maximum ordering requirementsset forth in the contract.

(c) The amount presently obligated with respect to this order is $557,933.50.The obligated amount shall, at no time, exceed the order ceiling as specified inparagraph (a) above. When and if the amount(s) paid and payable to theContractor hereunder shall equal the obligated amount, the Contractor shall notbe obligated to continue performance of the work unless and until the ContractingOfficer shall increase the amount obligated with respect to this order, inaccordance with FAR Part 43 - Modifications. Any work undertaken by theContractor in excess of the obligated amount specified above is done so at theContractor's sole risk and may not be reimbursed by the Government.

(d) The Contractor shall comply with the provisions of FAR 52.232-22 -Limitation of Funds, for incrementally-funded delivery orders or task orders.

5. Section A.7 Task/Delivery Order Period of Performance (AUG 2011)

Page 2 of 4

Page 5: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

NRC-HQ-13-C-10-0035NRC-HQ-13-T-10-0001

Modification #2

This order shall commence on the effective date of this award and will expireon September 30, 2014 unless extended by the exercise of any option perioddefined below.

Task 1:Base Period: Date of Award - April 7, 2014Option Period 1: April 8, 2014 - September 30, 2014 Exercised

Optional Task 2:Option Period 2: October 1, 2014 - April 7, 2015Option Period 3: April 8, 2015 - September 30, 2015

Optional Task 3: ExercisedOption Period 4: April 8, 2014 - September 30, 2014 Exercised

6. Paragraph (a) of Section A.8 Contracting Officer Representative AuthorityAlternate 2 (FEBRUARY 2004) is hereby revised as follows:

(a) The contracting officer's authorized representative hereinafter referred to as

the contracting officer's representative (COR) for this contract is:

Primary COR:

Name: William Harris

Address: U.S. Nuclear Regulatory CommissionMail Stop: 3WFN 6 A12Washington, DC 20555William.Harris @ nrc.qov

Telephone Number: 301-287-3424

Alternate COR:

Name: Latricia Debnam

Address: U.S. Nuclear Regulatory CommissionMail Stop: 3WFN 6 A12Washington, DC [email protected]

Telephone Number: 301-287-3441

7. Section A.13: 52.232-19 Availability of Funds for Next Fiscal Year (APR 1984) ishereby revised as follows:

Page 3 of 4

Page 6: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

NRC-HQ-13-C-10-0035NRC-HQ-13-T-10-0001

Modification #2

Funds are not presently available for performance under this contract beyond$557,933.50. The Government's obligation for performance of this contractbeyond that date is contingent upon the availability of appropriated funds fromwhich payment for contract purposes can be made. No legal liability on the partof the Government for any payment may arise for performance under thiscontract beyond $200,000.00, until funds are made available to the ContractingOfficer for performance and until the Contractor receives notice of availability, tobe confirmed in writing by the Contracting Officer.

8. A summary of obligations through this modification is below:

Basic Award $ 200,000.00Modification #1 $ 0Modification #2 $ 357,933.50

Total $ 557,933.50

This modification obligates $357,933.50 in FY14 funding.

All other terms and conditions remain unchanged.

Page 4 of 4

Page 7: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

* US NUCLEAR REGULATORY COMMISSIONCompression and Shor-term Relocation Analysis DRAFT

t.O -Irlmri~in~i5,iO~nO lr -- pi&.-r in,, 1--'i iinnni- -r,Cnrr~rin.,Cni~ 0m22nr~e~, nnt ,pii~il~mOnO~r~rrr~nin~in -otr .ors i,,in .nar

All~, ,r~a,,~io,,~, io00.,nooirlnirniieSori-i1, rdn -- -o! ii- ,,antnerto -- liniiro onirii. iirit~ortlndi~rerro~oirrrni~n

d-~i~ I.~i ... -I. -OO ,nd.rnpnern ie~ ~ott(n,0~ ,_din~tt r

Consolidate Existing Stacking @approx. 3400 (projected)-Consoliodatio Mo.s,

Compress TWFN 4, 10, OWFN 6

-Compression on TWFN 4, 1D1Compressioninesiack on OWFN 6

is

Interim Backfill

-Bark fill Mo-es (C58 vanated)

-Ongong Compressron/Restack OWFN 6

&..

am mmmI105

"~ 1101~

ff~ 559

~Em~aie

'so0maklf

1226

ADM Mo imslt 016laiU1111

m~iAMEN

io2W

!,sa, is

ieAls.*055 W .1

r-W-77 I ".a.....

Rn 13in

Isil

Isb

.22

Jasajr7lsu I mmm

;4150

CONCEPTUAL STACKING PLANS ONLy - FINAL STACKING PLAN TO BE DEVELOPED BASED ON UPDATED SEATISTAFF COUNTSOOOS4rOotO

Page 8: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

A.6 STATEMENT OF WORK

1. PROJECT OBJECTIVE

The contractor shall provide Work Place Strategy Services to meet the U.S. NuclearRegulatory Commission's (NRC) space utilization requirements that are based on the spaceutilization rate of 120 usable square feet (USF) per person and 200 SF per person with allspace included.

11. BACKGROUND

Since 1994 the NRC headquarters has been located in two buildings in Rockville, Maryland- One White Flint North (OWFN) and Two White Flint North (TWFN). OWFN is aGovernment-owned building with 284,167 rentable square feet (RSF). TWFN provides347,922 RSF and is leased by the U.S. General Services Administration (GSA) from WhiteFlint North LLP for the NRC's use. The TWFN building was constructed in an integratedmanner with OWFN, including surface and sub-surface connectors.

In 2006, the agency projected significant growth in workload in response to industry'srenewed interest in building new commercial nuclear power plants to meet the Nation'sfuture electric power generation needs. As a result of the increase in the size of the NRC'sheadquarters staff, NRC had GSA lease a total of 207,563 RSF of interim use space at fouradditional buildings in the Rockville area. The agency received final approval in fiscal year2008 to pursue the construction of a building with 358,440 RSF to accommodate a projectedgrowth in staff of 1,300. Construction of the building, known as Three White Flint North(3WFN), is now complete. NRC began use of space in the building in December 2012under a GSA lease with the building owner, LCOR, INC.

Since December 2010, the Federal Government has been moving toward reducing its spacefootprint and improving agency space utilization rates. To that end, particularly given that ithas not achieved all its projected staff growth, the NRC needs to develop and implementplans and strategies to reduce its space footprint and achieve a space utilization rate (UR)of 120 USF per person. At current staffing levels, the space utilization rate for OWFN,TWFN, and 3WFN will be about 163 USF upon full occupancy of 3WFN. It is anticipated thatthe campus size will be reduced to the equivalent of about two and one half of the existingbuildings. NRC has vacated three of the four additional buildings and consolidation of theremaining building into the Campus is important to the plan development.

III. SCOPE OF WORK FOR TASK 1: INTERIM STACKING PLANS

The contractor shall provide up to three stacking plan options for the interim strategy tohouse NRC headquarters staff within a reduced space footprint in the existing White FlintCampus. (See Attachmentl.) The contractor's approach shall maximize the use of vacantfloors in the White Flint Campus to achieve the 200 USF (all-in) utilization rate and minimizestaff relocations. The consolidation of organization units, consistent with lease and budgetconstraints, will be a factor in the plan development.

The contractor shall provide design services to include space design, design intent drawings(DID's) that include areas selected for demolition and construction, and construction cost

Page 9: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

estimating necessary to perform the relocation of NRC staff into the White Flint Campus.Contractor's designs shall maintain quality work space and meet the interim needs of eachNRC organization.

Design could vary from workstation reconfiguration to full space redesign. Existing spaceincludes conference rooms, open plan workstations, and enclosed offices. Contractor'sdesigns for renovated space shall include designs for open workstations, enclosed offices,conference rooms, and coffee stations, for employees and contractors. (See Attachment 2).

As part of this task, contractor shall develop a Program of Requirements (POR) thatdescribes current and future space requirements for each NRC organization. Based onbusiness process and workflow, each organization unit will be evaluated against the projectgoals and assumptions for consolidation in the White Flint Campus. Contractor shallprovide designs for a consolidated campus, which has been proven to provide a satisfactorywork environment and organizational efficiencies conducive to the performance of agency'smission.

A. Design Intent Drawings and Project Management

* The contractor shall provide comprehensive support services for the design,reconfiguration, and relocation of NRC staff.

* The scope of planned work includes: space programming, space design, refurbishmentof changed areas which includes the replacement of carpet, wall finishes, ceiling tiles,systems furniture (Haworth and Allsteel), enclosed offices, coffee station renovations asrequired, and removal of work stations from conference rooms.

" The contractor shall develop a Program of Requirements (POR) that describes currentand future space requirements for each NRC organization.

" The contractor shall develop a project management plan and implementation strategieswhich identify all significant issues related to the project.

" The contractor shall develop the phasing approach and detailed schedules per NRCsupplied format for moves and swing moves and construction activities. The NRC willbe responsible for coordinating move instructions and workstation assignments withstaff.

* The contractor shall assist the Contracting Officers Representative (COR) in preparing acost estimate for this project necessary to develop budget requirements for thematerials, furnishings and equipment acquisition, delivery, and installation.

For this task, deliverables will include:

1) The contractor shall propose a project approach for this task order (TO) within 5 daysafter award to the COR.

2) The contractor shall develop a POR.3) The contractor shall attend design meetings as directed by the COR.4) The contractor shall make corrections and modifications to meeting documents

based upon comments from meetings within 10 days after the meeting.

Page 10: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

5) The contractor shall establish project scope and set project schedules within 10 daysafter the initial kick-off meeting.

6) The contractor shall prepare proposed design schedule in Microsoft Project orcompatible.

7) The contractor will be required to update the schedule and submit to the NRC within2 days after each progress meeting.

B. Space Design and Work Space Development

" Current stacking plans and block plans for the NRC headquarters campus buildings areprovided by the COR. (See Attachmentl)

" Upon receipt of the current stacking plans, block plans, and space plans, and directionfrom the COR, the contractor shall prepare proposed stacking plans and block plans tomeet the immediate requirements.

* The contractor shall prepare space plans showing open plan workstations and furnitureconfigurations and configurations of enclosed offices and support space.

* The contractor shall formulate space plan solutions and a design process for producinga functional and finish workspace.

" The contractor shall coordinate the final plans with the systems furniture installationplans with the NRC.

Assumptions:

a) The new Headquarters Operations Center (HOC) and Professional Development Center(PDC) will remain unchanged and reside in existing space.

b) Demolition of existing special space shall be performed to improve workstation density.

For this task, deliverables will include:

1) The contractor shall provide recommendations for space plan, design, and finishes forrefurbished space.

2) The contractor shall prepare and present space briefings and up to six (6) finish boards.Any additional sets will be printed by the NRC.

3) The contractor shall provide color coded alternative allocation plans evaluating futuredownsizing, expansion, or revision requirements in electronic format.

4) The contactor shall provide to scale drawings, which show the workstations, privateoffices, support areas, special areas, and circulation patterns in outline form.

5) Each phase of the project requires a set of deliverables for management and NationalTreasury Employees Union (NTEU) review and approval. The NRC will provide tworeview sessions for comments and all comments shall be incorporated or resolvedbefore moving to the next phase. Deliverables may require summary documents orother related presentation materials.

6) Coordinated drawings for all floors/spaces/sheets that fully convey design intent withadequate detail to prepare preliminary cost estimates.

7) Final DID's shall be provided in both hard copy and electronic formats. All electronicversions of deliverables shall be in AutoCAD (compatible with NRC), PDF, and other

Page 11: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

native source file formats if applicable. Printing under this task is limited to permit setsand one additional set.

8) Conduct meetings to review drawings at both draft and final phases with designers andthe NRC.

IV. SCOPE OF WORK FOR OPTIONAL TASK - TASK 2: LONG-TERM HOUSING

STRATEGY

" The contractor shall provide Space Design and Work Space Development services.

" The scope of planned work includes: space programming, space design, refurbishmentof changed areas which includes the replacement of carpet, wall finishes, ceiling tiles,systems furniture (Haworth and AlIsteel), enclosed offices, coffee station renovations asrequired, and removal of work stations from conference rooms.

* The contractor shall develop blocking and stacking diagrams that will depict the bestarrangement of organizations with the White Flint Campus.

" The contractor shall prepare up to three options or strategies for consideration by theNRC. The diagrams shall be developed in both numeric and graphic illustration.

" The contractor shall prepare space plans showing open plan workstations and furnitureconfigurations and configurations of enclosed offices and support space.

* The contractor shall formulate space plan solutions and a design process for producinga functional and finished workspace.

" The contractor shall coordinate the final plans with the systems furniture installation

plans with the NRC.

Assumptions:

a) The new HOC and PDC will remain unchanged and reside in existing space.

b) Develop options to relocate special space such as hearings rooms and libraries.

c) Demolition of existing special space shall be performed to improve workstation density.

For this task, deliverables will include:

1) The contractor shall provide recommendations for space plan, design, and finishes forrefurbished space.

2) The contractor shall prepare and present space briefings and up to six (6) finish boards.Any additional sets will be printed by the NRC.

3) The contractor shall provide color coded alternative allocation plans evaluating futuredownsizing, expansion, or revision requirements in electronic format.

4) The contactor shall provide to scale drawings which show workstations, private offices,support areas, special areas, and circulation patterns in outline form.

Page 12: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

5) Each phase of the project requires a set of deliverables for management and NTEUreview and approval. The NRC will provide two review sessions for comments and allcomments shall be incorporated or resolved before moving to the next phase.Deliverables may require summary documents or other related presentation materials.

6) Coordinated drawings for all floors/spaces/sheets that fully convey design intent withadequate detail to prepare preliminary cost estimates.

7) Final DID's shall be provided in both hard copy and electronic formats. All electronicversions of deliverables shall be in BIM (compatible with NRC), PDF, and other nativesource file formats if applicable. Printing under this task is limited to permit sets and oneadditional set.

8) Conduct meetings to review drawings at both draft and final phases with designers andNRC.

V. SCOPE OF WORK FOR OPTIONAL TASK - TASK 3: CONSTRUCTION DOCUMENT

SERVICES

A. Project Management

" The contractor shall provide construction document and administrative services forTWFN floors 4 and 10 as referenced to Attachment 1.

" Upon approval of designs by the NRC, the contractor shall provide an estimatedconstruction schedule for planning purposes prior to the NRC acquisition of aconstruction contractor.

* The contractor shall review all submittals, requests for information, deliveries, andinstallations of equipment and materials to ensure adherence to scope of work,installation standards, and accurate placement of furniture according to constructiondocuments.

* The contractor shall validate finishes and materials submitted by the constructioncontractor within 2 days after receipt of the finishes and materials.

For this task, deliverables will include:

1) The contractor shall attend design meetings as required by the COR.2) The contractor shall attend the Pre-Construction Conference.3) The contractor shall attend weekly or biweekly construction progress meetings.4) The contractor shall attend construction conformance site visits as directed by the COR.5) The contractor shall perform submittal reviews and prepare responses within 2 days

after the receipt of each submittal.6) The contractor shall conduct Architectural and Mechanical/Electrical/Plumbing (MEP)

site visits as directed by the COR.7) Provide Demolition and Building Permit processing through Montgomery County for two

floors of Two White Flint North.8) The contractor shall prepare Construction Documents CD's based on the approved

Housing Strategy. Printing under this task is limited to permit sets and one additional set.

Page 13: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

The professional services required for this project may include, but will not necessarilybe limited to the following: conducting field surveys; graphical surveys; analysis ofexisting work space and planned work space; preparing engineering studies; creatingreports of recommended actions and/or design packages; review of contractorsubmittals; coordination of value engineering and LEED related services; preparation ofspace plans; and cost estimates for this project. This is a phased activity and the resultsof each phase will further define the following efforts.

The contractor shall prepare demolition plans for the existing space. The contractor shallassume for any reconfigurations of space, the design will include modifications toexisting systems such as electrical, heating, ventilation and air conditioning; plumbing;fire suppression; and IT, A/V, telecom, and security infrastructure, designs for carpeting,wall finishes, ceiling tiles, and systems furniture (including new and reused Haworth orAlIsteel systems furniture).

The work shall include any required demolition of the existing NRC HOC, e.g. HVACdistribution and electrical service. All existing building items identified by the NRC are tobe salvaged for future use, e.g. ceiling tile, electrical fixtures, switches and outlets, VAVboxes, etc. All salvaged items are to be sorted and boxed where practical and moved toNRC on-site storage. The NRC intends to re-utilize systems furniture workstations froman existing interim building consisting of approximately 400 workstations. Additionalcomponents will need to be purchased to complete the 400 workstations. The contractorshall coordinate the new systems furniture installation plans with the NRC.

The contractor's designs for the general office space shall accommodate the electricaland lighting requirements which will be furnished to the contractor. The office spaceshall accommodate approximately 2900 employees and 560 contractors (seeAttachment 2) comprised of systems furniture components (Haworth and Allsteel).Space will also include areas for coffee stations, conference rooms, a copier and LANprinters. Typically, the workstations are powered by a 60 amp service from a singleelectrical power source (Abase feed@) to the base of the systems furniture. Electricalpower is then distributed within the base of the workstation. Approximately 6-8workstations are fed from a 60 amp service. The de-mountable partitions have accesschannels to support individual wiring for enclosed offices.

Heating Ventilation and Air Conditioning

Each floor has an existing HVAC system that services this zone in building. Thecontractor shall evaluate the projected heat loads in the room and modify the existingHVAC system as necessary to accommodate the need. The new HVAC configurationmust be connected to and controlled by the NRC Emergency Management System. Anynew components must be compatible with the current equipment and systems.

Plumbing:

The contractor shall provide designs to replace plumbing and value fixtures where pantryand kitchen sinks are located.

Fire Suppression Design:

Page 14: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

The contractor shall review the floor plan to determine adequacy of existing firestandpipe. coverage. The contractor shall modify existing wet pipe sprinkler system toaccommodate the new tenant partitions or other considerations.

B. Construction Documents

1) The contractor shall coordinate drawings for all floors/spaces/sheets, including allconsultants such as MEP, AV, security, tel/data, food service, and others as neededthat fully document construction requirements for bidding and construction.

2) Drawings shall be provided in both hard copy and electronic formats. All electronicversions of deliverables shall be in BIM (compatible with NRC), PDF and other nativesource file formats if applicable. Printing under this task order is limited to permit setsand one additional set.

3) Final CDs and shall be provided in CAD exports compatible with space managementdatabase (Archibus).

4) The contractor shall conduct meetings to review drawings at both draft and final phaseswith designers and NRC.

5) Construction document services shall be provided for OWFN floor 6 as well TWFN floors4 and 10 as referenced to Attachment 1.

1. The contractor shall prepare Architectural design to include the following:

" The contractor shall review Computer Aided design (CAD) space plans provided by theCOR.

* The contractor shall review CAD space plans to assure plans comply with local andInternational Building Code and applicable local code requirements.

" The contractor shall revise space plan based upon scheduled reviews by the COR.* The contractor shall prepare architectural demolition documents consisting of demolition

floor plans, demolition reflected ceiling plan, and demolition device plans.* The contractor shall prepare architectural specifications and drawings for the area of

work specified by the P0.* The contractor shall prepare drawings related to CD's such as space plans, partition

plans, finish plans, elevation plans, sections, reflected ceiling plans, and detaileddrawings when specified.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

2. The contractor shall prepare mechanical design to include the following:

The contractor shall replace the old HVAC equipment with new high-efficiencyunits. These replacements, combined with the addition of Variable Frequency Drivesthat allow the HVAC system to be "tuned" to match the current cooling load and anEnergy Management System (EMS) that automatically monitors and can remotely adjust

Page 15: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

cooling to individual floors, will ensure the OWFN 6 th floor will operate in an efficient,reliable manner for the future. The requirements are as follows:

* The contractor shall replace existing VAV boxes with new electronic digital controlboxes. Boxes shall be either cooling only or parallel fan powered VAV's with electricheat as needed. Boxes shall have variable speed fan controls for each parallel box.

" The contractor shall provide redesigned locations for supply and return registers andair flow as needed based on floor redesign.

* The contractor shall provide control scheme for floor air handlers to include newtemperature sensors, variable frequency drives on fan motors and electronic damperactuators. This includes make up air for the air handlers also.

* The contractor shall provide investigation/documenting problems with the existingbase building systems.

* The contractor shall perform load calculation in the areas of work only.* Perform adjustments to the airflow quantity required to meet the load in the area of

work.* The contractor shall relocate existing diffusers as required by new tenant partitions.* The contractor shall redistribute base building air quantities as available.* Contractor shall re-use and relocate existing supplemental units to support various

special rooms isolated from the central units.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

3. The contractor shall prepare plumbing design to include the following:

* The contract shall replace plumbing and value fixtures where pantry and kitchen sinksare located.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

4. The contractor shall prepare electrical design to include the following:

" Reflected ceiling plans to meet IEEC requirements. This will include occupancy sensorlayout.

• Lighting design for non-standard or decorative systems other than specifically listedabove.

* Lighting layout.* Lighting calculations.

Page 16: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

" Indicating telephone/data receptacles for use by the tenant's communication vendor orarchitect.

" Adapting existing fire alarm systems to accommodate the revised tenant partitions withinthe capabilities of the existing system.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

5. The contractor shall prepare fire suppression design to include the following:

* Review of the floor plan to determine adequacy of existing fire standpipe coverage." Modify existing wet pipe sprinkler system to accommodate the new tenant partitions or

other considerations.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID)One (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

6. The contractor shall provide structural engineering services to evaluate floor loadconditions for NRC supplied fire safes and high density file systems.

VI. Work Schedule

All site visits and work shall be coordinated through the COR. After the award of the TO or theexercise of an optional task, the contractor shall submit a work schedule to the NRC COR,which provides a detailed sequence of the overall project operations, including a proposed start-up date for the project and a projected completion date for all work. In order to allow for projectcoordination, this report shall be provided to the Government at least 5 working days prior tocommencing any work on this project and NRC approval obtained prior to starting work.Changes to the schedule must be made accordingly.

VII. Standards of Conduct

The contractor shall be responsible for maintaining satisfactory standards of employee conductand integrity during the performance of this contract.

VIII. Accessibility and Recording Presence

Page 17: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

The facility will be occupied during the normal working hours. The contractor shall be expectedto coordinate its work with the COR when accessing the premises and communicating withother contractors.

IX. Quality Control Management at the Work Site

It shall be the responsibility of the A&E contractor to review the site, determine the quantity ofwork involved, and compare the specifications with the work to be done. The contractor shallverify all information shown on the drawings (if applicable) and provide reports with itsobservations.

When directed by the COR, the A&E contractor may be required to review the quality of work toassure that the scope of services requested in the contract is being accomplished in the manneras described in the SOW of the contractor/individual TO.

X. Contractor Supervision

The contractor shall arrange for satisfactory supervision of the work described in this contract.The contractor or supervisor shall be available at all times when the contract work is in progressto receive notices, reports, or requests from the Contracting Officer or his or herrepresentatives. It is the policy of the NRC not to directly or indirectly exercise direction orsupervision of the contractor's employees and/or subcontractors.

Xl. Workmanship

All work under this contract shall be performed in a skillful and professional manner and shall bein compliance with all laws, ordinances, and regulations (Federal, State, County, City, orotherwise). The Contracting Officer may require, in writing, that the contractor remove from theproject any employee the Contracting Officer deems incompetent, careless, or otherwiseobjectionable.

XIl. Parking

Limited parking on site may be available for contractors between the hours of 6:00 p.m. and2:00 a.m., Monday through Friday, and 7:00 a.m. through 7:00 p.m. on weekends.

Page 18: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

A.5 PRICE SCHEDULE

tEASE ,PERtOD (Datb";f.Awardt'.through 4IW. .,-2.0.4) _____ _____________

ICLIN LABOR CATEGORY EST. HRS RATE ES.OTALl

0001 PRINCIPAL

0002 SR. PROJECT MANAGER

0003 SR. DESIGN/ARCHITECT/SR. DESIGNER

0004 ARCHITECT

0005 DESIGNER

0006 JR. DESIGNER/DRAFTER

0007 ADMINISTRATIVE

0008 MEP PRINCIPAL

0009 MEP PROJECT MANAGER

0010 MEP SR. ENGINEER

0011 MEP ENGINEER

0012 MEP TECHNICAL DESIGNER

0013 BIM SPECIALIST

0014 MEP DRAFTER

0015 MEP CLERICAL 0

0016 MEP CONSTRUCTION MANAGER

0017 STRUCTURAL PRINCIPAL

0018 STRUCTURAL PROJECT MANAGER

0019 STRUCTURAL ENGINEER

0020 STRUCTURAL SR. CADD TECHNICIAN

0021 STRUCTURAL CADD TECHNICIAL

0022 STRUCTURAL CLERICAL 0

0023 COST ESTIMATOR PRINCIPAL 0

0024 SENIOR ESTIMATOR 0

0025 JUNIOR ESTIMATOR 0

0026 COST ESTIMATOR ADMINISTRATIVE

$0.00$0.00$0.00$0.00ow nn

i

w00$0.00$0.00$0.00$0.00

$203,185.00NOT-TO-EXCEED TOTAL OF BASE PERIOD LABOR

_ _T I PERIOD [ (4i/20 to 9_0_JOPTION PERIOD 1 (4/8/2014 through 9/30/2014) Exercised_________________CLIN LABOR CATEGORY EST. HRS I1 0 0 1 PRINCIPAL

11002 SR. PROJECT MANAGER

11 0 0 3 SR. DESIGN/ARCHITECT/SR. DESIGNER

1004 ARCHITECT

1005 DESIGNER

1006 JR. DESIGNER/DRAFTER

1007 ADMINISTRATIVE

1008 MEP PRINCIPAL 0

1009 MEP PROJECT MANAGER 0

1010 MEP SR. ENGINEER 0

1011 MEP ENGINEER 0

1012 MEP TECHNICAL DESIGNER 0

$00UU

$0.00

$0.00

$0.00$0.00

Page 19: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

1013 BIM SPECIALIST 0

1014 MEP DRAFTER 0

1015 MEP CLERICAL 0

1016 MEP CONSTRUCTION MANAGER 0

1017 STRUCTURAL PRINCIPAL 0

1018 STRUCTURAL PROJECT MANAGER 0

1019 STRUCTURAL ENGINEER 0

1020 STRUCTURAL SR. CADD TECHNICIAN 0

1021 STRUCTURAL CADD TECHNICIAL 0

1022 STRUCTURAL CLERICAL 0

1023 COST ESTIMATOR PRINCIPAL

1024 SENIOR ESTIMATOR

1025 JUNIOR ESTIMATOR

1026 COST ESTIMATOR ADMINISTRATIVE

1027 PERMIT EXPEDITER 0

$0.00$0.00$0.00$0.00

$0.00

$0.00$0.00

$0.00$0.00

$0.00

$200,892.23NOT-TO-EXCEED TOTAL OF OPTION PERIOD 1LABOR

Page 20: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

OPTIONPERIOD 2!(10/./2014,-through 4l/72015)CLIN LABOR CATEGORY EST. HRS RATE IEST2001 PRINCIPAL

2002 SR. PROJECT MANAGER

2003 SR. DESIGN/ARCHITECT/SR. DESIGNER

2004 ARCHITECT2005 DESIGNER

2006 JR. DESIGNER/DRAFTER

2007 [ADMINISTRATIVE'12008 MEP PRINCIPAL 0

2009 JMEP PROJECT MANAGER 0

20010 MEP SR. ENGINEER 0

2011 MEP ENGINEER 0

2012 1MEP TECHNICAL DESIGNER 0

2013 BIM SPECIALIST 0

2014 MEP DRAFTER 0

2015 IMEP CLERICAL 0

2016 ]MEP CONSTRUCTION MANAGER 0

2017 STRUCTURAL PRINCIPAL 0

2018 STRUCTURAL PROJECT MANAGER 0

2019 STRUCTURAL ENGINEER 0

2020 STRUCTURAL SR. CADD TECHNICIAN 0

2021 STRUCTURAL CADD TECHNICIAL 0

2022 ISTRUCTURAL CLERICAL 0

2023 COST ESTIMATOR PRINCIPAL 0

2024 SENIOR ESTIMATOR 0

12027 JPERMIT EXPEDITER 0

E

$0.0

$0.00

$0.00

$0.00$0.00

$0.00$0.00$0.00$0.00

$0.00$0.00$0.00$0.00

$0.00$0.00

$0.00$0.00$0.00$0.00

$0.00$80,880.75NOT-TO-EXCEED TOTAL OF OPTION PERIOD 2

OPTI•.NPERIOD ,3 ,(4•BI20951.5..hrough.9/30/2015) ,. . .-. . . ... _" _ _'" g .... ".9"

CLIN LABOR CATEGORY EST. HRS RATE EST. TOTAL

3001 !PRINCIPAL

3002 SR. PROJECT MANAGER

3003 SR. DESIGN/ARCHITECT/SR. DESIGNER

3004 jARCHITECT3005 IDESIGNER

3006 JR. DESIGNER/DRAFTER

3007 ADMINISTRATIVE

3008 ]MEP PRINCIPAL 0

3009 MEP PROJECT MANAGER 0

3010 MEP SR. ENGINEER 0

3011 MEP ENGINEER 0

$0.00

$0.00

$0.00

$0.00

Page 21: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

OP-TIONGPERIOD-4. .(4/8/20Wt4_ hrough"9/30/2014)' Exercised :: -: ,.: ,.CLIN LABOR CATEGORY EST. HRS4001 PRINCIPAL

4002 SR. PROJECT MANAGER

4003 SR. DESIGN/ARCHITECT/SR. DESIGNER

4004 ARCHITECT

4005 DESIGNER

4006 JR. DESIGNER/DRAFTER

4007 ADMINISTRATIVE

4008 MEP PRINCIPAL

4009 MEP PROJECT MANAGER

4010 MEP SR. ENGINEER

4011 MEP ENGINEER

4012 MEP TECHNICAL DESIGNER 0

4013 BIM SPECIALIST 0

4014 MEP DRAFTER 0

4015 MEP CLERICAL 16

4016 MEP CONSTRUCTION MANAGER 0

4017 ISTRUCTURAL PRINCIPAL 0

4018 STRUCTURAL PROJECT MANAGER 0

4019 STRUCTURAL ENGINEER 0

4020 STRUCTURAL SR. CADD TECHNICIAN 0

4021 STRUCTURAL CADD TECHNICIAL 0

ý4022 STRUCTURAL CLERICAL

.4023 COST ESTIMATOR PRINCIPAL

4024 SENIOR ESTIMATOR

4025 JUNIOR ESTIMATOR

4026 COST ESTIMATOR ADMINISTRATIVE

4027 PERMIT EXPEDITER I

NOT-TO-EXCEED TOTAL OF OPTION PERIOD 4LABOR

GRAND TOTAL (WITH ALL OPTIONS EXERCISED) $722,121.42

Page 22: Modification No. 007 to Task Order No. NRC-HQ-13-T-10-0001 ... · M lanetO 1111ff or I a wich l o 8 reler D to e iaoldl iold Uietld t I •'bes. FAILURE OF YOUR ACKNOVAEDGEMENT TO

3012 IMEP TECHNICAL DESIGNER - 03013 BIM SPECIALIST 0

304 MEP DRAFTER 0'3017 MEPST ERICT AL PN3016 MEP CONSTRUCTION MANAGER 0

3017 SPCL PRINCIPAL F 0

3018 STRUCTURAL PROJECT MANAGER 0

3019 STRUCTURAL ENGINEERF 0

3020 ISTRUCTURAL SR. CADD TECHNICIAN 03021 STRUCTURAL CADD TECHNICIAL 0 V3022 1 STRUCTURAL CLERICAL 0

3023 ICOST ESTIMATOR PRINCIPAL 03024 ISENIOR ESTIMATOR 1 0 -

3025 IJUNIOR ESTIMATOR 0 03026 1COST ESTIMATOR ADMINISTRATIVE 1 03027 IPERMIT EXPEDITER 0 0

$0.00$0.00$0.00$0.00

$0.00

$0.00$0.00$0.00$0.00$0.00$0.00

$0.00$0.00$0.00$0.00

$0.00$83,307.17NOT-TO-EXCEED TOTAL OF OPTION PERIOD 3

LABOR